Loading...
HomeMy WebLinkAboutC-3692(C) - PSA for Orange County Integrated Law and Justice Project (OCILJ) Cost Sharing StudyPROFESSIONAL SERVICES AGREEMENT WITH MTG MANAGEMENT CONSULTANTS, L.L.C. AND THE CITY OF NEWPORT BEACH THIS AGREEMENT is made and entered into as of thisL y of November, 2004, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "CITY"), and MTG MANAGEMENT CONSULTANTS, a Washington State limited liability company, whose address is 1111 Third Avenue Suite 2700, Seattle, WA 98101 -3201 ( "CONTRACTOR "), and is made with reference to the following: RECITALS A. CITY is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of CITY. B. Effective January 23, 2004, the CITY was designated as the lead agency and grant administrator for the monies allocated by the federal government for the Orange County Integrated Law and Justice Project (ILJ), a countywide effort to integrate the diverse information systems of all criminal justice agencies in the county pursuant to a COPS MORE grant. These grant monies are held by CITY on behalf of the ILJ Steering Committee. Distribution of these funds and decisions on how they are expended are made by the ILJ Steering Committee, chaired by Chief of Police Bob McDonell of Newport Beach. C. The ILJ Project Steering Committee seeks to procure consulting services from a responsible vendor for the purpose of identifying those Information Technology (IT) services /costs currently provided to municipal law enforcement agencies and funded by the Sheriffs Department. The Study is intended to supply information to explore cost sharing for those information technology services provided to and benefiting local law enforcement to facilitate the Sheriffs participation in a Joint Powers Authority (JPA) governance structure. D. CONTRACTOR possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement, and CITY desires to engage CONTRACTOR to provide these services. E. The principal member of CONTRACTOR for purposes of the Project shall be Joseph D.K. Wheeler. F. CITY has solicited and received a proposal from CONTRACTOR, has reviewed the previous experience and evaluated the expertise of CONTRACTOR, and desires to retain CONTRACTOR to render professional services under the terms and conditions set forth in this Agreement. 0 NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM: The term of this Agreement shall commence on then/ ay of November 2004, and shall terminate on the 30TH day of April 2005, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED: CONTRACTOR shall diligently perform all the services described in the Revised Proposal to Develop a Cost Study dated October 22, 2004 (Proposal) attached hereto as Exhibit A and incorporated herein by reference. The CITY may elect to delete certain tasks of the Services at its sole discretion. 3. TIME OF PERFORMANCE: Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion according to the schedule outlined in the Proposal. The failure by CONTRACTOR to perform the services by this deadline may result in termination of this Agreement by CITY. Notwithstanding the foregoing, CONTRACTOR shall not be responsible for delays due to causes beyond CONTRACTOR's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 CONTRACTOR shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond CONTRACTOR's control. 3.2 For all time periods not specifically set forth herein, CONTRACTOR shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR AND BILLING: CITY shall pay CONTRACTOR for the services on a time and expense not4o- exceed basis in accordance with the provisions of this Section and the Proposal attached hereto as Exhibit A and incorporated herein by reference. In no event shall CONTRACTOR's compensation exceed the total contract price of Seventy - Thousand Dollars ($70,000.00) without additional authorization from CITY. CONTRACTOR agrees to accept the specified compensation, as more fully set forth herein, as full compensation and remuneration for all costs of services, 2 0 0 including direct and indirect charges, supervision, labor, equipment, machinery, travel costs, mileage and any other expenses incurred by CONTRACTOR. No billing rate changes shall be made during the term of this Agreement without the prior written approval of CITY. 4.1 CONTRACTOR shall submit invoices as described in the Proposal attached hereto as Exhibit A. CONTRACTOR's invoices shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Proposal to which it relates, the date the services were performed, and a description of any reimbursable expenditures. CITY shall pay CONTRACTOR no later than thirty (30) days after approval of the monthly invoice by CITY staff. 4.2 CITY shall reimburse CONTRACTOR only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by CITY. 4.3 CONTRACTOR shall not receive any compensation for Extra Work performed without the prior written authorization of CITY. As used herein, "Extra Work" means any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Proposal and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. 4.4 Notwithstanding any other provision of this Agreement, when payments made by City equal 90% of the total contract price provided for in this Agreement, no further payments shall be made until City has accepted the final work under this Agreement. 5. PROJECT MANAGER: CONTRACTOR shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to CITY at all reasonable times during the Agreement term. CONTRACTOR has designated John R. Arnstein to be its Project Manager. CONTRACTOR shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of CITY. CITY's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. CONTRACTOR, at the sole discretion of CITY, shall remove from the Project any of its personnel assigned to the performance of services upon written request of CITY. CONTRACTOR warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 3 0 6. ADMINISTRATION: 0 This Agreement will be administered by the Newport Beach Police Department. Captain Paul Henisey shall be the Project Administrator and shall have the authority to act for CITY under this Agreement. The Project Administrator or his /her authorized representative shall represent CITY in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES: In order to assist CONTRACTOR in the execution of its responsibilities under this Agreement, CITY agrees to, where applicable: A. Provide access to, and upon request of CONTRACTOR, one copy of existing relevant information on file at CITY. CITY will provide all such materials in a timely manner so as not to cause delays in CONTRACTOR's work schedule. 8. STANDARD OF CARE: 8.1 All of the services shall be performed by CONTRACTOR or under CONTRACTOR's supervision. CONTRACTOR represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by CITY, nor have any contractual relationship with CITY. 8.2 CONTRACTOR represents and warrants to CITY that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of CONTRACTOR to practice its profession. CONTRACTOR further represents and warrants to CITY that CONTRACTOR shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of CONTRACTOR to practice its profession. 8.3 CONTRACTOR shall not be responsible for delay, nor shall CONTRACTOR be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of CITY to furnish timely information or to approve or disapprove CONTRACTOR's work promptly, or delay or faulty performance by CITY, contractors, or governmental agencies. 2 0 0 9. HOLD HARMLESS: To the fullest extent permitted by law, CONTRACTOR shall indemnify, defend and hold harmless CITY, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with CONTRACTOR]) or CONTRACTOR's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and/or omissions of CONTRACTOR, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require CONTRACTOR to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the CONTRACTOR. 10. INDEPENDENT CONTRACTOR: It is understood that CITY retains CONTRACTOR on an independent contractor basis and CONTRACTOR is not an agent or employee of CITY. The manner and means of conducting the work are under the control of CONTRACTOR, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for CONTRACTOR or any of CONTRACTOR's employees or agents, to be the agents or employees of CITY. CONTRACTOR shall have the responsibility for and control over the means of performing the work, provided that CONTRACTOR is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of the performance or to exercise a measure of control over CONTRACTOR shall mean only that CONTRACTOR shall follow the desires of CITY with respect to the results of the services. P 0 11. COOPERATION: 0 CONTRACTOR agrees to work closely and cooperate fully with CITY's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. CITY agrees to cooperate with the CONTRACTOR on the Project. 12. CITY POLICY: CONTRACTOR shall discuss and review all matters relating to policy and Project direction with CITY's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with CITY goals and policies. 13. PROGRESS: CONTRACTOR is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE: Without limiting CONTRACTOR's indemnification of CITY, and prior to commencement of work, CONTRACTOR shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to CITY. A. Certificates of Insurance. CONTRACTOR shall provide certificates of insurance with original endorsements to CITY as evidence of the insurance coverage required herein. Insurance certificates must be approved by CITY's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with CITY at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the CITY's Risk Manager. L i 0 D. Coverage Requirements. I. Workers' Compensation Coverage. CONTRACTOR shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, CONTRACTOR shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by CITY at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against CITY, its officers, agents, employees and volunteers for losses arising from work performed by CONTRACTOR for CITY. ii. General Liability Coverage. CONTRACTOR shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. CONTRACTOR shall maintain automobile insurance covering bodily injury and property damage for all activities of the CONTRACTOR arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: I. The CITY, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONTRACTOR. 7 0 0 This policy shall be considered primary insurance as respects to CITY, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the CONTRACTOR's operations or services provided to CITY. Any insurance maintained by CITY, including any self - insured retention CITY may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against CITY, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to CITY, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by CITY. F. Timely Notice of Claims. CONTRACTOR shall give CITY prompt and timely notice of claim made or suit instituted arising out of or resulting from CONTRACTOR's performance under this Agreement. G. Additional Insurance. CONTRACTOR shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS: Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of CITY. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of CONTRACTOR, or of the interest of any general partner or joint venturer or syndicate member or cotenant if CONTRACTOR is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of CONTRACTOR. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint-venture. 16. SUBCONTRACTING: 9 • • The parties recognize that a substantial inducement to CITY for entering into this Agreement is the professional reputation, experience and competence of CONTRACTOR. Assignments of any or all rights, duties or obligations of the CONTRACTOR under this Agreement will be permitted only with the express written consent of CITY. CONTRACTOR shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of CITY. 17. OWNERSHIP OF DOCUMENTS: Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by CONTRACTOR, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of CITY, and CITY shall have the sole right to use such materials in its discretion without further compensation to CONTRACTOR or any other party. CONTRACTOR shall, at CONTRACTOR's expense, provide such Documents to CITY upon prior written request. Documents, including drawings and specifications, prepared by CONTRACTOR pursuant to this Agreement are not intended or represented to be suitable for reuse by CITY or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from CONTRACTOR will be at CITY's sole risk and without liability to CONTRACTOR. Further, any and all liability arising out of changes made to CONTRACTOR's deliverables under this Agreement by CITY or persons other than CONTRACTOR is waived against CONTRACTOR and CITY assumes full responsibility for such changes unless CITY has given CONTRACTOR prior notice and has received from CONTRACTOR written consent for such changes. 18. COMPUTER DELIVERABLES: All written documents shall be transmitted to CITY in a version of Microsoft Word and Excel readable by CITY. 19. CONFIDENTIALITY: All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless CITY authorizes in writing the release of information. 20. INTELLECTUAL PROPERTY INDEMNITY: The CONTRACTOR shall defend and indemnify CITY, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in CONTRACTOR's Deliverables and specifications provided under this Agreement. 0 21. RECORDS: 0 CONTRACTOR shall keep records and invoices in connection with the work to be performed under this Agreement. CONTRACTOR shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to CITY, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to CONTRACTOR under this Agreement. All such records and invoices shall be clearly identifiable. CONTRACTOR shall allow a representative of CITY to examine, audit and make transcripts or copies of such records and invoices during regular business hours. CONTRACTOR shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to CONTRACTOR under this Agreement. 22. WITHHOLDINGS: CITY may withhold payment to CONTRACTOR of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. CONTRACTOR shall not discontinue work as a result of such withholding. CONTRACTOR shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. CONTRACTOR shall be entitled to receive interest on any withheld sums at the rate of return that CITY earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. ERRORS AND OMISSIONS: In the event of errors or omissions that are due to the negligence or professional inexperience of CONTRACTOR which result in expense to CITY greater than what would have resulted if there were not errors or omissions in the work accomplished by CONTRACTOR, the additional expense shall be borne by CONTRACTOR. Nothing in this paragraph is intended to limit CITY's rights under any other sections of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS: CITY reserves the right to employ other consultants or contractors in connection with the Project. 25. CONFLICTS OF INTEREST: The CONTRACTOR or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially 10 0 0 affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, CONTRACTOR shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by CITY. CONTRACTOR shall indemnify and hold harmless CITY for any and all claims for damages resulting from CONTRACTOR's violation of this Section. 26. NOTICES: All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to CITY by CONTRACTOR and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from CONTRACTOR to CITY shall be addressed to CITY at: Captain Paul Henisey Newport Beach Police Department 870 Santa Barbara Drive Newport Beach, CA, 92658 -7000 (949) 644 -3650 Fax 644 -3693 All notices, demands, requests or approvals from CITY to CONTRACTOR shall be addressed to CONTRACTOR at: Attention: John R. Arnstein Project Manager MTG Management Consultants, L.L.C. 1111 Third Avenue, Suite 2700 Seattle, WA 98101 -3201 (206) 442 -5010 27. TERMINATION: In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 11 • i Notwithstanding the above provisions, CITY shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to CONTRACTOR. In the event of termination under this Section, CITY shall pay CONTRACTOR for services satisfactorily performed and costs incurred up to the effective date of termination for which CONTRACTOR has not been previously paid. On the effective date of termination, CONTRACTOR shall deliver to CITY all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 28. COMPLIANCE WITH ALL LAWS: CONTRACTOR shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by CONTRACTOR shall conform to applicable CITY, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and CITY. 29. WAIVER: A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 30. INTEGRATED CONTRACT: This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 31. CONFLICTS OR INCONSISTENCIES: In the event there are any conflicts or inconsistencies between this Agreement and the Proposal of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 32. AMENDMENTS: This Agreement may be modified or amended only by a written document executed by both CONTRACTOR and CITY and approved as to form by the CITY Attorney. 33. SEVERABILITY: If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of 12 this Agreement shall continue in full force and effect. 34. CONTROLLING LAW AND VENUE: The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 35. EQUAL OPPORTUNITY EMPLOYMENT: CONTRACTOR represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. 36. COUNTERPARTS: This Agreement may be signed in any number of counterparts. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: Ro in Clauson, Assistant City Attorney for the City of Newport Beach L.L.C. CITY OF NEWPORT BEACH, A Municipal orporation By: 0 XIL�� City Manager for the City of Newport Beach CONTRACTOR: B n Arnstein, Senior Manager MTG Management Consultants, Attachments: Exhibit A — Revised Proposal to Develop a Cost Study 13 MTG Management - o' Consultants hibit "A Revised Proposal to Develop a Cost Study of the Orange County Sheriff's Department Information Technology Services for the Integrated Law and Justice Steering Committee October 22, 2004 mtgmC.00M MTG Management Consultants, LL.C. LM TG 1911 Third Avenue, suite 2700 Seattle, Washington 98101.3201 anagement 206.42.5010 206.442.5011 fax consultants w .mtgmcc October 22, 2004 Chief Bob McDonell Newport Beach Police Department 870 Santa Barbara Drive Newport Beach, California 92660 MTG Management Consultants, L.L.C., is pleased to present our revised proposal to prepare a Cost Study of the Orange County Sheriff's Department Information Technology Services for the Orange County Integrated Law and Justice Steering Committee. The proposal is based on the information presented in the Request for Proposal issued August 4, 2004, the information presented at the bidders meeting on August 19, responses to our original proposal dated September 10, and MTG's extensive experience with similar public safety and justice initiatives. This is an important and complex effort, and we believe MTG is best qualified to work with the Integrated Law and Justice Steering Committee to achieve a successful outcome. We offer a unique combination of experience and skills that should allow the project stakeholders to best meet their Law and Justice integration objectives. MTG is dedicated to working with public sector agencies to successfully plan for and implement improved technology, business processes, and organizations. Our Public Safety consultants have an extensive track record of success working with public safety and justice agencies on similar initiatives. These experienced consultants are knowledgeable in: • Strategic planning methodologies. • Integrated justice organization, governance, and cost sharing models. • Public safety and justice business processes. • Public safety and justice information and communications systems and applications. Our proposal is organized as follows: • Project Background and Scope • Overview of MTG Approach and Work Plan mtgmc.com C TG Chief Bob McDonell October 22, 2004 Page 2 • Project Schedule • Staffing Plan • Similar Projects • Cost Estimate • Appendix A — MTG Client List • Appendix B — Resumes • AppendixC — Sample Document 0 I will act as the primary contact for MTG and can be reached at 818- 906 -3945 or via jamstein@mtgmc.com. We look forward to assisting with this critical effort. If you have any questions concerning the information presented in our proposal or would like to discuss it in more detail, please do not hesitate to contact us. Very truly yours, MTG MANAGEMENT CONSULTANTS, L.L.C. 5 John R. Arnstein Senior Manager J RA/cl m/75436/757-74 mtgmc.com TG Memgamem frnsuifants 0 Table of Contents Page ProjectPlan ....................................... ..............................1 A. Project Background and Scope ........................... ..............................1 B. Overview of MTG ............................................... ..............................3 C. Approach and Work Plan .................................... ..............................5 D. Project Schedule ............................................... .............................10 E. Staffing Plan ...................................................... .............................10 F. Similar Projects .................................................. .............................12 G. Cost Estimate .................................................... .............................24 Appendix A - MTG Client List Appendix B - Resumes Appendix C - Sample Document mtgmC.00M CTG MCi m+ll u UTG's Public Safety practice focuses on meeting the technology, business, and management needs of municipal, county and state public safety and justice agencies. 0 0 Project Plan TG Management Consultants, L.L.C., has been providing management consulting services to public safety and public sector organizations for more than 30 years (initially as a division of ECG Management Consultants, Inc.). Our services focus on achieving technology - enabled business improvements. Within this service offering, we have frequently furnished the type of services requested by the Orange County Integrated Law and Justice Steering Committee. While MTG has provided these services to various organizations from police departments to transporta- tion agencies, over 60 percent of our business is directly with public safety agencies. Our approach, project team, and experience combine to make MTG the best choice to assist in conducting this Cost Study. A. Project Background and Scope This project is being undertaken by the City of Newport Beach on behalf of the justice agencies in Orange County, California, under the direction of the Integrated Law and Justice Steering Committee. The project will provide necessary data to all affected agencies regarding the merits of cost sharing for information technology (IT) infrastruc- ture and related value -added services. The purpose is to: Identify IT services /costs provided to municipal law enforcement agencies and funded by the Orange County Sheriff's Department. Explore cost sharing for those IT services provided to and benefiting law enforce- ment, in return for the Sheriff's support of a Joint Powers Authority (JPA) govern- ance structure. The goals of the study are to: Quantify those technologies and services that: • Are above and beyond those normally expected of or mandated to be provided by a county sheriff in California, such as are provided in the neighboring coun- ties of Los Angeles, Riverside, and San Diego, and /or • Would be considered for a transfer of control, ownership and /or financial responsibility to a future Law and Justice JPA. 757/74/75436(doc) 1 AMTG • • • Develop a proposed cost sharing model for the transferred services that may be potentially funded by the JPA. • Facilitate a dialogue between the stakeholders on the feasibility and appropriate- ness of the transfer of the financial responsibilities for the identified technology and services to the JPA members. The deliverables required to be provided as part of this project include the following: • A summary document identifying all law enforcement information systems/services and related costs provided by the Sheriff's Department. This document will enable a clear understanding by nontechnical personnel of each of the systems/services functions and its beneficiaries. • A summary document identifying similar systems /services offered without any additional assessment to municipal law enforcement agencies by Sheriff's Depart- ments in the identified neighboring counties, along with a quantitative and qualita- tive comparison to those offered by the Orange County Sheriffs Department. • Facilitation of from one to three workshops to enable stakeholder consensus as to what value -added services /costs are to be shared and the methodology for sharing those costs. • A final document that provides an overview of the process, findings, and cost sharing methodology for those agreed -upon value -added services, along with each city's proposed annual cost. Due to the importance and complexity of this undertaking, the Orange County Integrated Law and Justice Steering Committee is seeking the assistance of a highly qualified consultant. The selected consultant will demonstrate expertise in working knowledge, and have proven experience, with law enforcement agencies in California at the municipal, county, and state levels involving: • California Law Enforcement Telecommunications System (CLETS) and related policies, practices, procedures, and statutes. • JPA governance structures. • Current IT practices of municipal, county, and state law enforcement agencies. • WAN infrastructure and security requirements as specified by the California Department of Justice (DOJ). In addition to providing a minimum of three law enforcement reference sites where they have provided similar or related consulting services, the selected consultant must also provide an example of at least one previous document that is similar to what is required in this engagement. 757n4n5436(doc) 2 CM TG c�a • M 757n4ns436(dod 3 C TG ConzAenu B. Overview of MTG MTG is focused MTG is a limited liability, independent management consulting firm based in Seattle, on public sector Washington, with operating locations in California, Colorado, and Wisconsin. We have IT management and has a been providing consulting services to public sector clients since 1973 (initially as a proven track division of ECG). MTG was formed in 1997 as a separate entity to focus on the unique record in IT and management requirements of the public sector. Since 1975, we have completed serving public more than 450 projects in 30 states, involving over 175 different city, county, and state safety organizations. agencies. Our firm has an unsurpassed reputation for providing high - quality, independent consulting services and straightforward, no- nonsense advice to clients in the context of a highly collaborative relationship. To avoid any possibility of conflict of interest or lack of independence, MTG does not represent any product company or provide test and evaluation services to product vendors for fees. We have steadfastly maintained our independence in order to provide our clients with objective and workable solutions built upon our knowledge and experience. A leader in addressing information systems and management issues, MTG provides its customers with critical services for success in today's public sector arena. We are continually updating our products and services to meet the technological advances and constant demands present in so many government environments. MTG has a focused professional staff of 30 experts who enable us to offer the following consulting services: • Strategic technology planning. • Independent performance audits and assessments. • System assessments, reviews, and management assistance. • IT services and operations assessments. • Management and business process redesign. • Organization, culture, and methodology development. • Project procurement, management, and quality assurance. Given the depth and breadth of our staff resources, MTG will not utilize subcontractors for this project. This is an important consideration for the Integrated Law and Justice Steering Committee, because it means MTG has total control over the quality of the work and the time commitment of the consultants assigned to this engagement. 757n4ns436(dod 3 C TG ConzAenu MTG is known for its experience and objectivity in addressing complex IT management issues. MTG offers significant relevant experience. 0 Three major aspects of our professional consulting services are, we believe, of particular value to our government clients. They are: Objectivity and Independence MTG maintains organizational and financial independence from our clients and from vendors. The independent nature of our client/consultant relationship allows us to observe from an objective viewpoint what cannot always be perceived by those within an organization. • Dedicated Time Uninterrupted by line management responsibility, our consulting staff can devote the time and attention necessary to complete projects that are vital to the success of the organization. • Specialized Experience Each member of our consulting staff has experience and training in one or more specialized areas of management and technology. Our staff members have dealt with a diverse group of enterprises and solved problems common to their areas of expertise. As a quality- and results- oriented firm, we are proud of the excellent reputation we have achieved in service to our public sector clients and will continue providing them with the kind of professional service they deserve and have come to expect from us. The table below identifies several of MTG's references for projects in which we have gained the experience that the Integrated Law and Justice Steering Committee requires. Additional descriptions of the projects are provided in Section F, Similar Projects. San Luis Obispo ✓ County California AOC Law Enforce- ment Services Agency Riverside, ✓ California 757n4n5436(doc) 4 CMTG d. x DM,: `s a 4 . x 757n4n5436(doc) 4 CMTG MTG's work plan focuses on addressing the issues defined in the Request for Proposal (RFP). • • MTG believes that this is an important and complex assignment. The complexity is driven by the reality that the Orange County Sheriff's Department and the other departments that will be surveyed are each large organizations and provide a wide range of IT technologies and services to a large number of municipal agencies. It will be important for the credibility of this project that the analysis of the services and the associated costs be clearly defined. In addition, it will be important to include a high level of senior consulting participation in identifying potential services to be transferred to a JPA and the development of potential cost sharing models. Our approach and work plan takes these factors into account. This project will be undertaken as follows: Task 1 — Initiate Project Task 2 — Conduct Integrated Law and Justice Steering Committee Interviews Task 3 — Identify Orange County Sheriff's Department IT Systems, Services, and Costs Task 4 — Conduct Survey of Three Neighboring Sheriff's Departments Task 5 — Prepare Comparative Analysis Task 6 — Identify Potential Services for a JPA Task 7 — Develop Proposed Cost Sharing Model for JPA Services Task 8 — Prepare and Conduct Additional Project Workshop Task 9 — Prepare and Present Recommendations The tasks are described in further detail below. 757174/75436(doc) 5 C TG Cu�wlenu 0 0 757174175436(doc) - 6 C TG Conw6enu Task 1 — Initiate Project Awell- planned During this task, we will conduct at least one discussion to plan for a timely and project initiation coordinated project kickoff. We will speak with the Integrated Law and Justice Steering leads to Committee project manager to confirm: momentum and the best use of participants' • Overall project scope, approach, deliverables, and schedule. time. • Project participants, including roles and responsibilities. • Approach for gathering needed information from the Orange County Sheriff's Department and neighboring Sheriff's Departments. • Project communications approach, including the approach for day -to -day communications as well as status reporting. MTG will provide several tools to the project manager that we have found very useful for organizing projects. These include a scheduling template, interview outlines, and a request for relevant background documentation on the existing Integrated Law and Justice Steering Committee organization, including charter, membership, accomplish- ments, and initiatives. We will also discuss the availability of relevant information regarding the Orange County Sheriffs Department IT infrastructure, services, and costs. We will confirm the number of interviews and data gathering meetings to be conducted and ask the Law and Justice project manager to take primary responsibility for scheduling the participants. During this task, we will also plan for and conduct an on -site project kickoff meeting to introduce the MTG project team to the Integrated Law and Justice Steering Committee and review the project approach and schedule. During this meeting we will discuss the goals and objectives of the project and seek strategic direction from the Steering Committee members regarding project outcomes. Deliverables: Project Planning Agenda Interview Scheduling Template Interview Outlines Requested Background Documents Project Kickoff Presentation Monthly Project Status Reports Task 2 — Conduct Integrated Law and Justice Steering Committee Interviews During this task, MTG will plan to conduct up to four interviews with Integrated Law and Justice Steering Committee members. The purpose of the interviews will be to: 757174175436(doc) - 6 C TG Conw6enu ' Understand the project background. We will meet directly with I Identify current issues. Steering D Discuss current Law and Justice integration objectives and opportunities. Committee members to I Identify critical success factors for this specific project, as well as the broader Law understand the a and Justice initiative. project background and current W We will work with the project manager to schedule the interviews. We anticipate being opportunities. a able to conduct the interviews during the first week of the project. Task 3 — Identify Orange County Sheriff's Department IT Systems, Services, and Costs During this task we will meet with a knowledgeable representative of the Orange County Sheriff's Department in order to define the IT systems, services, and costs that are the subject of this study. We will work with the Sheriff's Department to identify each service and provide information that will allow MTG to document all infrastructure, licensing, support/training /staffing, and associated costs for each service. Our discussion will include identifying mandated services, usual and customary services, and services which are unique to the Orange County Sheriff's Department. In addition, we will discuss how costs for the services are incurred and how they are allocated. We will request that all relevant documentation be made available to us in advance of this meeting. This will allow us to study the material and focus our discussion on clarifying the information and identifying any areas where additional definition is required. As needed, we are prepared to conduct up to two follow -up meetings to validate our findings. We will document our findings and present them to the Integrated Law and Justice Steering Committee for review and validation. The documentation will enable a clear understanding by laypersons of each system /service function and beneficiary. We assume that that we will receive assistance from the Steering Committee and the Sheriff's Department in scheduling this task and that relevant information will be readily available. Deliverable: Orange County Sheriff's Department IT Systems, Services, and Costs Task 4 — Conduct Survey of Three Neighboring Sheriff's Departments' Next we will gather information from the Sheriffs Departments in Los Angeles, Riverside, and San Diego counties regarding the systems and services they provide to municipal police departments. We will rely on the Integrated Law and Justice Steering Committee project manager to identify the appropriate contact at each of the three Sheriffs Departments and make introductions on our behalf. We will work with the Steering Committee project manager to schedule this task as early as possible in order for the other departments to have time to collect the requested information as soon as TG757/74/75436(doe) 7 0 0 possible. We will develop a survey, which will be based on the information developed during Task 3, that will allow for a clear understanding of the similarities and the differences in services that are provided. The purpose of the survey is to provide the other Sheriff's Departments with the means to prepare clear, relevant responses regarding the services they provide to municipal police departments within their jurisdiction. We will review the survey in advance with the project manager and then submit it to each identified contact in the other departments. We will then plan to conduct one on -site meeting with each department to gather and discuss their responses. The Integrated Law and Justice Steering Committee project manager will be invited to attend if he /she wishes. As needed, we will follow up with each department via telephone or e-mail to collect additional information or validate our understanding of the information provided. We will attempt to gather information regarding systems and services in the same format and level of detail as that provided by the Orange County Sheriffs Department in order to facilitate the comparative analysis in the next task. This task does not involve gathering or analyzing cost information from the neighboring Sheriff's Departments. Deliverable: Survey Questionnaire Task 5 — Prepare Comparative Analysis Next we will analyze and present the information gathered during the preceding tasks. The purpose of this step is to define the infrastructure and services provided by the Orange County Sheriffs Department that are over and above those provided by the other Sheriffs Departments. The analysis will include a qualitative and quantitative comparison. We will present our findings to the project team in draft format and meet to discuss the information. This important milestone will act as the foundation for the remaining analysis and recommendations. Deliverable: Comparative Analysis of Orange County and Other Sheriff's De- partments' Systems and Services Task 6 — Identify Potential Services for a JPA Next we will identify those services and associated infrastructure that should be considered for transfer of control, ownership, and /or financial responsibility to a future integrated Law and Justice JPA. We will work with the project team to establish criteria for potential transfer of technologies and services. Such criteria may include: Technologies and services that exceed the norm or the requirements for Sheriff's Departments. 757n4175436(doc) 8 CM TV 0 0 757n4/75436(doc) 9 C TG Cmwlwm • Technologies or services that are best suited to JPAs. • Others as appropriate. As part of this task we will discuss MTG's specific experience working with organiza- tional and governance issues for achieving integrated justice information systems. We would present this information in the first project workshop in order to enable stakeholder consensus on the value -added services/costs to be shared. Deliverable: Potential Technologies and Services for a JPA Task 7 — Develop Proposed Cost Sharing Model for JPA Services The During this task we will develop a proposed cost sharing model for the transferred development services that may potentially be funded by the JPA. We would seek the input of the of the cost project team participants regarding their ideas and experience in other JPA cost sharing sharing model environments. We will also discuss the objectives for cost sharing. Examples of cost will be an important sharing objectives could include: project task. • Encouraging use of services. • Supporting maintenance and support of current systems and services. • Establishing funding for development and deployment of new systems and services. We will also discuss cost sharing /allocation approaches. Approaches may be: • More accurate but more complicated to administer and plan for (for example, based on transaction volumes) • Less accurate but easier to administer and plan for (for example, based on population). We would also develop recommendations based on our analysis for this project, as well as MTG's experience in similar environments. We would present this information in the second project workshop in order to enable stakeholder consensus on the methodol- ogy for distributing the costs of the previously identified value -added services /costs. Deliverable: Proposed Cost Sharing Model Task 8 — Prepare and Conduct Additional Project Workshop Based on the results of the preceding workshops, we would prepare and present a third project workshop if needed. The purpose of this workshop would be to address any 757n4/75436(doc) 9 C TG Cmwlwm The project team is tailored to meet the needs of this effort. 757n4n5436(doc) 0 0 issues remaining from the preceding workshops or to present the information to a new audience. We would work with the Law and Justice project manager to confirm the specific topics and audience for this task. Deliverable: Workshop Presentation Task 9 — Prepare and Present Recommendations We will document the project findings, analysis, and recommendations in a presenta- tion -style format. This report will identify the methodology used to conduct the study and identify all project participants. It will include an action plan designed to provide the Integrated Law and Justice Steering Committee with specific tasks needed to implement the report recommendations. We will provide the report in draft format and incorporate project team feedback into the final version. Deliverable: Draft and Final Orange County Sheriffs Department IT Services Cost Study • e - The proposed project schedule is presented as EXHIBIT I. For planning purposes, we are assuming a project start date of November 15, 2004, based on the information provided in the RFP. We estimate that the project can be completed in 14 weeks, which includes an allowance for the holidays. We recognize that time is of the essence, and we will work closely with the Integrated Law and Justice project team to meet or improve on this schedule. E. Staffing Plan We are proposing a highly qualified project team with extensive experience in strategic technology planning for law enforcement applications, communications technology, business processes, and technology management. Our proposed team leaders — Mr. Joseph D. K. Wheeler (project officer) and Mr. John R. Arnstein (project manager) — have completed similar efforts for other cities, counties, and states. Mr. Wheeler is a senior partner at MTG, and Mr. Arnstein is a senior manager. They will be assisted by Mr. Joel J. Byford (lead consultant), who is a manager with MTG. Mr. Byford has a broad range of relevant consulting experience, including public safety and justice integration. In addition, he is a Certified Public Accountant (CPA) and brings important financial analysis skills to the project. In addition to the above individuals, Mr. James E. Cabral will act as the security specialist. He is a senior manager with MTG and leads our Information Security practice. Mr. Cabral's role will be to address any issues that may arise in conjunction 10 TG �� , O NY zO z U F- I Ew E EE M a i id I a I I * 11105 ... . ......................... ........ . .. . . .. ........................... O Il IL IL� iE E E laaaa o II C2 iu < to OI Bali all. I i 2- a .0 d gwimc "I Ic- 11.1 J-01 I- 1- a o 1;:: 1N �n v im 1,2 Ew E EE M a i id I a I I * 11105 Mr. Wheeler is the director of MTG's Public Safety practice. 0 0 with applying DOJ security standards to the IT environment. The team has been tailored to best meet the needs of this project. We may utilize the services of other staff members throughout the life of the project; however, personnel assigned to the performance of this contract will not be substituted or removed without the prior approval of the Law and Justice project manager. The figure below depicts our team's organizational structure. Our project officer will serve as the chief adviser in this assignment, reviewing all deliverables and analysis activities. In addition, due the important nature of this project, Mr. Wheeler will play an active role in the project, including participating on project workshops. MTG's project manager will be responsible for the overall client relation- ship, ensuring that the Integrated Law and Justice Steering Committee's needs are satisfied in every aspect of MTG's service delivery. The project manager will be responsible for day -to day project communications and will be highly involved in all project tasks. The lead consultant will be involved in data- gathering and analysis tasks and assistance in developing project recommendations and presentations. The security specialist will assist the other project team members as needed. Below are descriptions of our team members. Additional details are presented in APPENDIX B — Resumes. • Joseph D. K. Wheeler. Project Officer Mr. Wheeler, a senior partner with MTG and the director of our Public Safety practice, will be the project officer and will have overall responsibility for the success of this engagement. Mr. Wheeler has led many of MTG's most significant public safety strategic planning and implementation projects. He serves public safety organizations in the development of IT strategic plans and architectures. Mr. Wheeler understands the dynamics and needs of IT in rapidly changing organiza- tions. He is a noted expert on public safety, IT, technology organizations, and strategic planning. 757n4A5436(dac) 11 TG mu • 0 • James E. Cabral Jr.. Security Specialist Mr. Cabral, a senior manager with MTG, has over a decade of experience design- ing, implementing, and auditing information security systems and is an expert in information security. His areas of expertise include project management; network and security design and implementation; and planning, installation, and manage- ment of open systems platforms. He will provide specialized support in the analysis of WAN and security considerations as specified by the California DOJ. F. Similar Projects The following are descriptions of projects we have completed for clients across the country that are similar in various aspects to the project proposed for the Orange County Integrated Law and Justice Steering Committee. We can provide additional project descriptions and will gladly offer more references upon request. 7 5 7 /7 4/7 5436(doc) 12 C TG ^^ [onmlenu • John R. Arnstein, Project Manager Mr. Arnstein Is Mr. Arnstein, a senior manager with our firm and the director of the Local Public the director of Safety practice, will provide management expertise and will act as the point of MTG's Local Public Safety contact for day -to -day project activities. He has over 15 years of experience work - practice. ing with public safety and public sector agencies developing IT plans, selecting public safety systems, and overseeing implementation projects. He has led numer- ous projects for public safety agencies across the country. He is an active member of public safety organizations, including the International Association of Chiefs of Police (IACP), the National Sheriffs' Association (NSA), the National Emergency Number Association (NENA), and the Association of Public- Safety Communications Officials (APCO) International. Mr. Amstein speaks and writes regularly on a variety of law enforcement management and technology issues, including: strategic technology planning for law enforcement agencies, technology project manage- ment, local law enforcement information sharing, and 9 -1 -1, mobile computing, and wireless data technologies. Articles that he has written recently have appeared in industry publications, including MissionCritical Communications and Emergency Number Professional Magazine. • Joel J. Byford, Lead Consultant Mr. Byford, a manager with MTG, will act as the lead consultant. In addition to being a CPA and having extensive financial systems experience, Mr. Byford has extensive experience working with public safety agencies in an effort to improve operations and information exchanges. While with MTG, Mr. Byford has worked with courts, law enforcement, and juvenile justice agencies in California, Kansas, Colorado, Nebraska, and Oklahoma. • James E. Cabral Jr.. Security Specialist Mr. Cabral, a senior manager with MTG, has over a decade of experience design- ing, implementing, and auditing information security systems and is an expert in information security. His areas of expertise include project management; network and security design and implementation; and planning, installation, and manage- ment of open systems platforms. He will provide specialized support in the analysis of WAN and security considerations as specified by the California DOJ. F. Similar Projects The following are descriptions of projects we have completed for clients across the country that are similar in various aspects to the project proposed for the Orange County Integrated Law and Justice Steering Committee. We can provide additional project descriptions and will gladly offer more references upon request. 7 5 7 /7 4/7 5436(doc) 12 C TG ^^ [onmlenu The project for San Luis Obispo County included a cost sharing analysis in a similar, complex justice environment. • i County of San Luis Obispo, California — Criminal Justice Information System Strategic Planning The purpose of this project was to assist the San Luis Obispo County criminal justice community with the planning for a new integrated justice solution. The result of this project was a Strategic Plan, Enterprise Architecture, Implementation Plan, Business Case Analysis, and Funding Model necessary for successful implementation of an advanced CJIS environment. Mr. Gary Hicklin Supervisor, Project Management Office Information Technology Department County of San Luis Obispo County Government Center, Room 400 San Luis Obispo, California 93408 -2855 805- 781 - 5091/805- 781- 4098(fax) ghicklin@co.sio.ca.us California Administrative Office of the Courts (AOC) San Francisco California — Information Exchange Protect MTG assisted the AOC in its efforts to improve the effectiveness and efficiency of the state's 58 trial courts by enabling the automated exchange of information between the courts and their criminal justice partners. The information exchange project addressed key information- sharing issues faced by California trial courts. Our objectives included creating a detailed map of current business processes and a comprehensive model, based on the SEARCH model, for criminal case data sharing. This engagement provided the AOC with a solid understanding of the condition of the courts' interface facilities. It helped to determine the path for future integration efforts and identify actions that should be taken by the stakeholder to enable this integration. A portion of this effort included the development of a framework for IT cost sharing between the AOC, superior courts, and justice partners. Ms. Heidi Mayer, Project Manager State of California, Judicial Council of California Administrative Office of the Courts 455 Golden Gate Avenue San Francisco, California 94102 -3660 415 - 865- 7420/415- 865 -7496 (fax) Heidi.Mayer@jud.ca.gov 7571774775436(dod 13 TG 0 0 Pierce County Law Enforcement Sui2port Agency (LESA). Tacoma. Washington — Business Process Reengineering and Quality Assurance MTG performed LESA provides information systems, communications, and records management numerous services to several law enforcement agencies within Pierce County. On this engage - projects for ment MTG developed a multiyear strategic improvement plan for law enforcement LESA, which acts as aJPA. business processes and the supporting software applications and technology infrastructure. In addition, MTG assisted with procurement of hardware, software, and services for the first stage of the strategic plan and provided ongoing quality assurance services during implementation. Project activities included: • Leading the completion of work processes and work flow documentation. • Completing an assessment of the current network environment and developing strategies for the future. • Facilitating development of the mission, goals, and critical success factors associated with implementing the strategic plan. • Establishing the conceptual business and technology vision for the future. • Identifying the strategic focus areas (initiatives) and associated activities required to implement the plan. • Organizing and sequencing the initiatives and activities into a coordinated plan of action and estimating implementation costs. • Assisting LESA in developing procurement specifications and documents for the first stages of plan implementation. • Providing ongoing quality assurance services during the initial implementation stages. The strategic plan was presented to the governance bodies for approval. Subsequent to plan approval, the procurement specifications were completed and the quality assurance process began. Mr. Arnold H. Blaker, Project Manager Law Enforcement Support Agency 955 Tacoma Avenue South, Suite 101 Tacoma, Washington 98402 -2113 253- 798 - 7528/253- 798 -7612 (fax) blakera@iesa.net Riverside is City of Riverside. California — Computer -Aided Dispatch (CAD) Replacement currently using MTG to provide CAD MTG is providing project implementation assistance to the city of Riverside as it implementa- implements a new CAD system for the Police, Fire, and Public Works Departments. tlon oversight. Previously, Mr. Arnstein led a project with the city to analyze its current PRC COBOL 757/74/75436(doc) 14 MtG � �GnWHM6 0 0 CAD system, select a replacement system, and negotiate the multimillion dollar vendor contract. Issues that were considered included interfaces to existing RMS and mobile data systems, emerging technologies, and a procurement approach. Captain Michael J. Blakely Riverside Police Department 8181 Lincoln Avenue Riverside, California 92504 -4346 909 - 351 -6233 m blakely0ci. riverside. ca. us Regional Automated Information Network (RAIN) Consortium. Salem. Oregon - Needs Analysis and Requirements Development MTG conducted a review of this multiagency law enforcement records management system so that the consortium could determine its future scope of services and technological direction. The assessment provided the RAIN Consortium with specific recommendations for an interim technology solution, a plan for long -term replacement of the records management system, and a detailed cost model recommendation, which allowed RAIN to determine a system replacement strategy. Lieutenant Jeff G. Pikl RAIN Consortium Project Coordinator c/o Stayton Police Department 386 North Third Avenue Stayton, Oregon 97383 -1726 503- 769 - 3423/503- 769- 4797(fax) jpikl @stayton.org Multnomah County Public Safety Bond Technology Program Portland Oregon - Quality Assurance and Oversight Services Multnomah County undertook a number of projects to provide needed infrastructure, applications, and interconnection of criminal justice organizations within the county. These projects were funded through a public safety bond issue passed by voters in 1996 and were coordinated through a central program office and several oversight bodies. MTG provided ongoing quality assurance and oversight services throughout the life of the various projects, up to and including postimplementation review for each. Our activities entailed: • Evaluating existing systems and controls in place to manage the bond program and defining needed improvements. This included program governance structures; reporting standards; and project, financial, and issue management systems.. 757/74/7W6(doc) 15 CMTG i • TG 757/74/75436(doc) 16 CM�"^^ ' • Assisting project managers with establishing appropriate project management plans, systems, and controls. • Defining, designing, and implementing a reporting system for the public safety bond program that summarized project performance against schedule and budget. • Reviewing existing documentation and assessing its conformance to established standards. • Meeting with users to encourage appropriate user participation and ensure that user needs were being met. • Providing ongoing monitoring and evaluation of projects from inception through implementation to anticipate problems, develop timely recommended solutions, and mitigate or avoid risks. • Identifying and evaluating interproject dependencies to ensure needed coordina- tion. • Regularly providing formal risk assessments for each project. Mr. Douglas M. Bray Court Administrator Multnomah County Judicial Department Fourth Judicial District 1021 Southwest Fourth Avenue Portland, Oregon 97204 -1123 503 - 248 -3957 do ug. bray @oid. state. or. us Seattle Police Department and Seattle Fire Department Seattle Washington — This Seattle project Computer -Aided Dispatch (CAD) and Records Management System (RMS) Replacement exemplifies our Quality Assurance (QA) Services structured, open, no- surprises MTG is performing ongoing risk assessment monitoring services upon request for approach to Seattle Police and Seattle Fire Department projects that involve replacing the projects. departments' CAD system and RMS with new vendor - provided application systems. These two systems are mission - critical to managing and delivering law enforcement and emergency fire and medical services to the citizens of Seattle. In our role as QA consultants, we applied MTG's structured QA methodology to review project management controls, project plans and processes, and other documentation needed to determine overall project health. In addition, we met with information systems management, command staff, project management and team members, and steering committee members to gather information and perspectives and report results. Formal risk assessment reports were prepared, which included defining key risk items and recommending mitigating or preventive actions. The reports were then reviewed with project and program management personnel, as well as the steering committee. This engagement began in 2002 and is currently ongoing. TG 757/74/75436(doc) 16 CM�"^^ ' 0 0 MTG's work Ms. Patti B. DeFazio Program Manager, Information Technology Services Seattle Police Department 610 Fifth Avenue Seattle, Washington 98104 -1900 206- 684 - 8033/206- 684- 5109(fax) patti.defazio@ci.seatt1e.wa.us King Counly Office of Information Resource Management - Law, Safety and Justice with King (LSJ) Integration Project Analysis County is one of numerous projects King County is defining business and technology requirements necessary to improve involving law information sharing between existing and future systems. The intent of this assignment andjustice was to define the desired business and technical environment and steps to be integration undertaken to meet objectives outlined in the vision. Project phases involved technology and management development of an integrated business model, creation of a data model, and a management review. The outcome of our efforts was an unbiased analysis and blueprint for improvement that agency personnel and vendors can use to build and implement tools and processes for the future LSJ environment. Mr. Trever Esko Law, Safety and Justice Project Manager King County Office of Information Resource Management Bank of America Tower 701 Fifth Avenue, Suite 3460 Seattle, Washington 98104 -7061 206- 205 -9237 trever.esko @metrokc.gov Department of Justice Affairs Cuyahoga County Ohio - Criminal Justice Information System (CJIS) Planning MTG prepared a CJIS improvement plan that involved county and city agencies representing all the functional disciplines of the criminal justice community. Our client sponsored this project in response to the state of Ohio CJIS improvement effort. The scope of this multijurisdictional effort included assessing the current information technology environment; developing a strategic plan for improving and integrating criminal justice information systems; establishing a multijurisdictional governance structure to facilitate communication, planning, and decision making for future information technology issues; developing detailed tactical plans for realizing the goals outlined in the strategic plan; and establishing budgets and assigning cost by agency for each tactical plan. The results of this project are being used to secure funding for the CJIS improvement effort. 757174/75436(doc) 17 C TG 4lmsgemem Cmw,l�enn MTG is experienced in leading projects involving multiple law andjustice agencies and jurisdictions. • • Ms. Isabel A. S6nchez, MPA, Program Officer Criminal Justice Services Agency Cuyahoga County Department of Justice Affairs 1276 West Third Street, Room 205 Cleveland, Ohio 44113 -1512 216- 443 - 5900/216- 443- 7708(fax) cnias@www.cuyahoga.oh.us Douglas County/City of Omaha, Nebraska — Criminal Justice Strategic integration Plan This engagement involved developing a 5 -year plan for improving the level of information sharing and access between criminal justice organizations within the city and county, as well as between the city /county and state organizations. The project scope included: • Interviewing technical and business stakeholders to understand the condition of current systems and the technology needs of the criminal justice community. • Identifying the information access and exchange conversations between organiza- tions within the context of the overall justice process. • Assessing the ability of the current technology and business environment to meet operational, information sharing, and decision support needs of the criminal justice community. • Identifying a vision and goals for the future criminal justice technology environment and performing a gap analysis to identify key changes and decisions that must be made. • Documenting a future conceptual architecture for technical infrastructure, security, network, applications, and information exchange. • Defining a phased migration strategy that moves incrementally toward the desired future environment. • Determining a tactical implementation plan with associated macro -level projects, schedule, and budget estimates. • Assisting in communicating the plan to key city and county stakeholders. The resulting strategic integration plan provided an organized framework and plan of action to improve infrastructure, security, applications, and information sharing between criminal justice stakeholders. Mr. Ken Bovasso Grant Administrator Douglas County Sheriff's Office 3601 North 156th Street Omaha, Nebraska 68116 402- 444 - 6587/402 -444 -7342 (fax) kbovasso @.co.douglas.ne.us 757/74r75436(doc) 18 C TG Ca�henn • • Cuyahoga County. Criminal Justice Services Agency Cleveland, Ohio — Cleveland Mobile Computing Study and Cuyahoga Countywide Criminal Justice Information System VJIS) Project Management MTG assisted the county of Cleveland Department of Public Safety with the execution Cleveland has of a mobile computing feasibility study for the Cleveland Police Department (CPD). The repeatedly employed MTG objective of this project was to identify a long -term mobile computing solution to meet to provide a specific set of operational, technical, and service requirements identified by CPD. public safety Our specific activities included: technology expertise and planning and . An assessment of CPD organizational, information technology, and operational management attributes to derive a specific set of business requirements that the mobile comput- consulting. ing solution must fulfill. • An analysis of the benefits, risks, and costs of two potential mobile data solutions; one from a local leveraged county provider and the other a blended solution of CPD and private sector resources. • Development of an implementation plan to more closely evaluate the operational feasibility of the county -based solution. • Delivery of a recommendation for proceeding with a mobile data solution. The engagement resulted in a clear and practical vision for the scope, costs, level of effort, and commitment required by stakeholder agencies to achieve their goals. In addition, the plan provided a realistic road map that served as the foundation for building a future business process and mobile computing technical architecture. Mr. Titus Britt, Deputy Commissioner Department of Public Safety Police Headquarters 1300 Ontario Street, Room 318 Cleveland, Ohio 44113 -1648 216- 664- 2553/216 - 664- 3940(fax) tbri tt@city. cl eveland. oh. us Vancouver Police Department (VPD). Vancouver. British Columbia, Canada — Informa- tion Technology Division Review MTG was recently selected via a highly competitive process to perform an independent review of the Vancouver, British Columbia, Police Department's Information Technology Division. The VPD IT Division has 15 members to support the Police Department. The scope of the project includes identifying IT Division customers within VPD, identifying opportunities for improving IT Division processes and services, identifying opportunities for collaboration with the City IT Division, and developing recommendations as needed G 757174l75436(doc) 19 Cnw- co wig 0 for staffing, structure, and best practices. A key element of this analysis is to ensure that any proposed approach is consistent with RCMP security standards for access to 757n4n5436(doc) 20 (M-TG law enforcement information. Deputy Chief Jim Chu Vancouver Police Department 312 Main Street Vancouver, British Columbia, Canada V6A -2T2 604- 717 - 3194/604- 257- 3716(fax) jim.chu@vpd.ca Gwinnett County Police Department. Lawrenceville. Georgia — Information Technology Strategic Plan MTG was recently selected in a highly competitive process to assist in the development of an IT Strategic Plan for Police Services. Gwinnett County, located near Atlanta, is one of the fastest growing counties in the country. The current population of approximately 700,000 is expected to surpass 1 million in the next several years. The Police Department has over 855 personnel at 13 locations. MTG will assist in developing a strategic IT plan that addresses information and communications over the next 5 -7 years. The plan will include an analysis of public safety business processes and recommendations for technology -based improvements. It will also consider how to leverage technology and information sharing opportunities with other law enforcement and justice agencies in the county. Ms. Erica Potts- Cameron Gwinnett County Justice and Administration Center 75 Langley Drive, Third Floor Lawrenceville, Georgia 30045 -6935 770 - 822 -8738 erica.potts-cameron@gwinnettcounty.com Washington State Department of Information Systems Olympia Washington — Justice Information Network (JIN) Architecture Design and Planning The purpose of this assignment was to develop a detailed design for implementing the The JIN system information exchange component of the JIN. The JIN project is a state enterprise includes many initiative managed by the Justice Information Committee, which is a subset of the of the same functions as Information Services Board. Specific objectives included: CLETS. • Interviewing each agency to determine its information technology and information needs centered on primary information exchanges. • Developing a detailed data architecture and standards in order to support the information exchanges. 757n4n5436(doc) 20 (M-TG 0 • Modeling the high - priority information exchanges using the SEARCH Justice 757n4n5436(doc) 21 C TG Information Exchange Model (DIEM) method and tool. • Automatically generating XML schemata for all of the high - priority information exchanges. • Drafting an enterprise system architecture design for criminal justice integration. • Developing goals and strategies for the agency to follow in determining its information technology direction. • Identifying and defining tactical projects to be undertaken by the Justice Informa- tion Committee during the next 3 years. • Preparing a resource plan and implementation schedule for execution of the tactical projects. The outcome of our efforts was a detailed tactical plan that will guide the state and its agencies over the next few years. Ms. Lourdes Collins Justice Information Network Coordinator Washington State Department of Information Services 1110 Jefferson Street Southeast Olympia, Washington 98501 -2347 360- 902 - 3569/360 - 664- 0495(fax) LourdesC @dis.wa.gov The following references are specific to Mr. Arnstein prior to his joining MTG: Newport Beach Police Department Ne�ort Beach California — Police Information Systems Planning, Selection, and Implementation Newport Beach Mr. Arnstein assisted the Newport Beach Police Department in developing a Strategic is a strong Information Plan for all its police systems. The plan assessed the use of technologies proponent of such as field reporting systems, mobile data computers (MDCs), and imaging, as well as consulting assistance for increased integration with GIS and other county systems. He also assisted in the planning preparation of an RFP, selection of new CAD /RMS systems, contract negotiations, and through implementation assistance for CAD /RMS, MDC, and jail management systems. implementation oversight. Chief Bob McDonell Newport Beach Police Department 870 Santa Barbara Drive Newport Beach, California 92660 -6303 949 - 644 -3701 bmcdonell @nbpd.org 757n4n5436(doc) 21 C TG 0 757n4n5436(doc) 22 CMTG ��e�a Los Angeles County Sheriffs Department California — Sheriff's Department Mobile Data Studv Mr. Arnstein led the project to provide the Los Angeles County Sheriff's Department with assistance in evaluating its Mobile Data Communications Pilot Project (MODACOM). The project assessed various system components including mobile computer hardware, mobile computer software, wireless networks, and various installation, maintenance, training, and support issues. Specifically, the project team served as a technical adviser to the Sheriffs Department, while developing test and evaluation criteria for the project. Key issues analyzed included wireless data network strategy, mobile computer installation configurations, software functionality require- ments, and integration with the Sheriffs Data Network and other related internal and external systems. Lieutenant Gerald Cooper Los Angeles County Sheriffs Department 1000 South Fremont Avenue, Building A9E, 5th Floor Alhambra, California 91803 -8835 626 -300 -3103 gkcooper@lasd.org Honolulu Police Department, Honolulu. Hawaii — Strategic Planning. Procurement. and Implementation of Computer -Aided Dispatch /Records Management System (CAD /RMS} New imaging, Mr. Arnstein led numerous projects with the Honolulu Police Department to reengineer mug shot, many systems and processes, select new information systems, and provide implementa- CAD /RMS, and tion project management services. This encompassed developing a Strategic mobile Tech nology /Reengineering Plan that included the design for a new CAD /RMS to computing systems were support the computing needs, such as communications center operations, records designed and management, patrol, jail management, and investigative case management. The implemented to system design integrates technologies such as mobile data computers, electronic mug enable streamlined shots, automated field reporting, and word processing. The project scope included police business assisting in system selection and contract negotiations, and providing extensive processes. implementation assistance. Previously, Mr. Arnstein assisted the department in developing an Imaging Master Plan, as well as selecting and implementing document imaging and digital mug shot systems. Assistant Chief Karl Godsey Honolulu Police Department 801 South Beretania Street Honolulu, Hawaii 96813 -2501 808 - 529 -3646 Kgodsey@co.honolulu.hi.us 757n4n5436(doc) 22 CMTG ��e�a 0 9 757f74/75436(doc) 23 CMTG ALwgemem City of Kansas County. Missouri — Integrated Public Safety Systems Planning. Selection and Implementation Mr. Arnstein led the project with the City of Kansas City, Missouri, to evaluate the multiple Computer -Aided Dispatch /Records Management System (CAD /RMS) systems used by the Police, Fire, Municipal Court, Jail, and EMS Departments. The assignment included evaluating the feasibility of utilizing the CAD system to support Public Works. A significant issue in the project was determining the strategy for ALERT, a multistate regional law enforcement information system that serves as the department's current RMS. A comprehensive RFP for a new enterprise CAD /RMS /Jail Management System (JMS) system was developed. The new system integrates with mobile data computers (MDCs) via the 800 MHz radio system and with other systems, including mug shots, fingerprinting, document imaging, and automated field reporting. Other elements of the project included assisting in the system selection, negotiating a multimillion dollar system contract, and providing extensive project implementation support. The new enterprise system will replace the multiple system approach with an integrated solution that will provide greater functionality and improved public safety operational capabilities. Mr. Rick Brisbin Information Technology Department 1111 Locust, Third Floor Kansas City, Missouri 64106 -2623 816- 513 -3663 rick—brisbin@kcmo.org Cincinnati Police Department, Cincinnati Ohio — Commuter -Aided Dispatch /Records Management System (CAD /RMS) Replacement Cincinnati Mr. Arnstein led the project with the Cincinnati Police Department to plan for and select emphasized new CAD and RMS systems. The original scope of work for RMS was expanded to functionality and integration include CAD. The RMS business processes were documented and analyzed, and p with multiple numerous opportunities for improvements were presented to the department regional public command staff. The CAD system will support dispatching for Police, Fire, and the safety systems. University of Cincinnati Police Department. The new systems will be interfaced to a variety of legacy and new systems, including countywide law enforcement records, employee tracking, and mobile data /automated field reporting. Lieutenant D. L. Carmichael Cincinnati Police Department 800 Evans Drive Cincinnati, Ohio 45202 -2036 513 -564 -2112 lee.carmichael@cincinnati-oh.gov 757f74/75436(doc) 23 CMTG ALwgemem 0 0 G. Cost Estimate This section presents our costs to successfully conduct the scope of work defined in this proposal. As noted above, MTG believes that this is an important and also potentially complex project. Therefore, we have proposed the level of commitment and senior involvement we believe is necessary to achieve a successful outcome that enables the Orange County Integrated Law and Justice Steering Committee to achieve its project objectives and lay the foundation for continued progress. MTG proposes to conduct this project for a fixed price of $70,000. This is based an estimate of 360 professional hours. The costs include professional fees, as well as project- related expenses including travel, document preparation, communications, and other out -of- pocket expenses. MTG's hourly rates are based on job title, as follows: Senior Partner Partner Senior Manager Manager Senior Consultant Consultant $190 to $215 $170 $150 to $160 $140 to $145 $125 $105 Approximately half the proposed hours are for the senior members of the project team. As a result, the Integrated Law and Justice Steering Committee receives a very experienced project team and high value. We are willing to discuss alternative approaches to meeting Orange County's budget requirements. It is our practice to bill for our services monthly, in arrears, for the professional fees and project - related expenses incurred. 757/74175436(doc) 24 C TG Moan, - 3�0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 13 November 23, 2004 t TO: HONORABLE MAYOR AND MEMBERS OF THE CITY FROM: Paul Henisey, Support Services Division Commander ['161 2004 Bob McDonell, Chief of Police 7 SUBJECT: APPROVAL OF COST STUDY CONTRACT WITH MTG MANAGEMENT CONSULTANTS FOR THE INTEGRATED LAW AND JUSTICE PROJECT RECOMMENDATION: Award bid and authorize the City Manager to execute the attached contract with MTG Management Consultants in the amount of $70,000, funded from Account #7017 - C1820747. DISCUSSION: Background: On March 9, 2004, Council approved the acceptance of approximately $1.9 million in grant funds for administrative purposes on behalf of the Orange County Integrated Law and Justice Project (ILJ), which is comprised of representatives from the entire Criminal Justice System in Orange County. On October 26, 2004, Council accepted an additional amount of $296,843 in 2004 Federal (COPS) Technology Grant funds awarded to the ongoing Project. In the March 9th communication, Council was advised that we were requested to administer the grants for the Project by the Orange County Chiefs' and Sheriffs Association as a result of some difficulties being experienced by the County of Orange in facilitating the approval of various elements of the Project. The Steering Committee directing the effort involved in the ILJ Project has previously approved the scope of work for this particular cost study and is recommending the action contained in this report. The purpose of the MTG contract is to determine the value added services provided by the Orange County Sheriffs Department that are above and beyond the basic level of information services provided to local municipal jurisdictions in the three surrounding counties. The cost study will then determine an appropriate cost - sharing proposal for those Sheriffs expenditures that are in excess of that comparable /required service level. This study is just one aspect of the overall effort towards improved information sharing throughout the Criminal Justice System in Orange County. It is also intended to try to bring some resolution of the current stalemate in the Governance issue as it relates to the long -term management of the systems being implemented. If we are ultimately successful in identifying the costs that Contract Approval — Intesed Law & Justice Project November 23, 2004 Page 2 are in dispute and in reaching an agreement on a cost- sharing formula as a result of the negotiations that will occur, the Sheriff has agreed to drop his opposition to .a Joint Powers Authority Governance structure. The latter is preferred by all the other entities of the Criminal Justice System and the City Managers Association. The decisions made in conjunction with the current Project implementation, as well as those which will be necessary for-the long-term requirements of maintaining and improving information sharing in this County, will need a strong Governance structure in order to have institutional survival well into the future. The recommended bid award to MTG Management Consultants was the result of a Request for Proposal issued on August 4, 2004. Three companies responded to the RFP, including MTG Management Consultants. The other two companies were Deloitte Consulting (which bid $145K) and Gartner Consulting ($79.5K). Following a review of all three responses and subsequent interviews with MTG and Gartner (Deloitte declined to continue in the process), it was determined that MTG Management Consultants provided the lowest bid ($70K) while meeting all the requirements of the Request for Proposal. The funds to be allocated for this cost study will come from the COPS 2002 Technology Grant that has been assigned to the City of Newport Beach on behalf of the Orange County Integrated Law and Justice Project. This grant is assigned to Account # 7017- 01820747. Environmental Review: None required. Funding Availability: All funds required for this Project are Federal grant funds, which were accepted by the City Council at the March 9, 2004, Council meeting. The COPS Office has reviewed and approved the scope of work as a covered expense for grant funding. Submitted by: Support Attachment: Division Commander Proposed Contract with MTG Approved by: Bob McDonell CHIEF OF POLICE 0 0 0 0 0 PROFESSIONAL SERVICES AGREEMENT WITH MTG MANAGEMENT CONSULTANTS, L.L.C. AND THE CITY OF NEWPORT BEACH THIS AGREEMENT is made and entered into as of this _ day of November, 2004, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "CITY "), and MTG MANAGEMENT CONSULTANTS, a Washington State limited liability company, whose address is 1111 Third Avenue Suite 2700, Seattle, WA 98101 -3201 ( "CONTRACTOR "), and is made with reference to the following: RECITALS A. CITY is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of CITY. B. Effective January 23, 2004, the CITY was designated as the lead agency and grant administrator for the monies allocated by the federal government for the Orange County Integrated Law and Justice Project (ILJ), a countywide effort to integrate the diverse information systems of all criminal justice agencies in the county pursuant to a COPS MORE grant. These grant monies are held by CITY on behalf of the ILJ Steering Committee. Distribution of these funds and decisions on how they are expended are made by the ILJ Steering Committee, chaired by Chief of Police Bob McDonell of Newport Beach. C. The ILJ Project Steering Committee seeks to procure consulting services from a responsible vendor for the purpose of identifying those Information Technology (IT) services /costs currently provided to municipal law enforcement agencies and funded by the Sheriffs Department. The Study is intended to supply information to explore cost sharing for those information technology services provided to and benefiting local law enforcement to facilitate the Sheriffs participation in a Joint Powers Authority (JPA) governance structure. D. CONTRACTOR possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement, and CITY desires to engage CONTRACTOR to provide these services. E. The principal member of CONTRACTOR for purposes of the Project shall be Joseph D.K. Wheeler. F. CITY has solicited and received a proposal from CONTRACTOR, has reviewed the previous experience and evaluated the expertise of CONTRACTOR, and desires to retain CONTRACTOR to render professional services under the terms and conditions set forth in this Agreement. 0 0 NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM: The term of this Agreement shall commence on the _ day of November 2004, and shall terminate on the 301-H day of April 2005, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED: CONTRACTOR shall diligently perform all the services described in the Revised Proposal to Develop a Cost Study dated October 22, 2004 (Proposal) attached hereto as Exhibit A and incorporated herein by reference. The CITY may elect to delete certain tasks of the Services at its sole discretion. 3. TIME OF PERFORMANCE: Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion according to the schedule outlined in the Proposal. The failure by CONTRACTOR to perform the services by this deadline may result in termination of this Agreement by CITY. Notwithstanding the foregoing, CONTRACTOR shall not be responsible for delays due to causes beyond CONTRACTOR's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 CONTRACTOR shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond CONTRACTOR's control. 3.2 For all time periods not specifically set forth herein, CONTRACTOR shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR AND BILLING: CITY shall pay CONTRACTOR for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Proposal attached hereto as Exhibit A and incorporated herein by reference. In no event shall CONTRACTOR's compensation exceed the total contract price of Seventy- Thousand Dollars ($70,000.00) without additional authorization from CITY. CONTRACTOR agrees to accept the specified compensation, as more fully set forth herein, as full compensation and remuneration for all costs of services, 2 0 including direct and indirect charges, supervision, labor, equipment, machinery, travel costs, mileage and any other expenses incurred by CONTRACTOR. No billing rate changes shall be made during the term of this Agreement without the prior written approval of CITY. 4.1 CONTRACTOR shall submit invoices as described in the Proposal attached hereto as Exhibit A. CONTRACTOR's invoices shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Proposal to which it relates, the date the services were performed, and a description of any reimbursable expenditures. CITY shall pay CONTRACTOR no later than thirty (30) days after approval of the monthly invoice by CITY staff. 4.2 CITY shall reimburse CONTRACTOR only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by CITY. 4.3 CONTRACTOR shall not receive any compensation for Extra Work performed without the prior written authorization of CITY. As used herein, "Extra Work" means any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Proposal and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. 4.4 Notwithstanding any other provision of this Agreement, when payments made by City equal 90% of the total contract price provided for in this Agreement, no further payments shall be made until City has accepted the final work under this Agreement. 5. PROJECT MANAGER: CONTRACTOR shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to CITY at all reasonable times during the Agreement term. CONTRACTOR has designated John R. Arnstein to be its Project Manager. CONTRACTOR shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of CITY. CITY's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. CONTRACTOR, at the sole discretion of CITY, shall remove from the Project any of its personnel assigned to the performance of services upon written request of CITY. CONTRACTOR warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 3 • 6. ADMINISTRATION: This Agreement will be administered by the Newport Beach Police Department. Captain Paul Henisey shall be the Project Administrator and shall have the authority to act for CITY under this Agreement. The Project Administrator or his/her authorized representative shall represent CITY in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES: In order to assist CONTRACTOR in the execution of its responsibilities under this Agreement, CITY agrees to, where applicable: A. Provide access to, and upon request of CONTRACTOR, one copy of existing relevant information on file at CITY. CITY will provide all such materials in a timely manner so as not to cause delays in CONTRACTOR's work schedule. 8. STANDARD OF CARE: 8.1 All of the services shall be performed by CONTRACTOR or under CONTRACTOR's supervision. CONTRACTOR represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by CITY, nor have any contractual relationship with CITY. 8.2 CONTRACTOR represents and warrants to CITY that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of CONTRACTOR to practice its profession. CONTRACTOR further represents and warrants to.CITY that CONTRACTOR shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of CONTRACTOR to practice its profession. 8.3 CONTRACTOR shall not be responsible for delay, nor shall CONTRACTOR be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of CITY to furnish timely information or to approve or disapprove CONTRACTOR's work promptly, or delay or faulty performance by CITY, contractors, or governmental agencies. 0 2 E 9. HOLD HARMLESS: L] To the fullest extent permitted by law, CONTRACTOR shall indemnify, defend and hold harmless CITY, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with CONTRACTOR]) or CONTRACTOR's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of CONTRACTOR, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require CONTRACTOR to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the CONTRACTOR. 10. INDEPENDENT CONTRACTOR: It is understood that CITY retains CONTRACTOR on an independent contractor basis and CONTRACTOR is not an agent or employee of CITY. The manner and means of conducting the work are under the control of CONTRACTOR, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for CONTRACTOR or any of CONTRACTOR's employees or agents, to be the agents or employees of CITY. CONTRACTOR shall have the responsibility for and control over the means of performing the work, provided that CONTRACTOR is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of the performance or to exercise a measure of control over CONTRACTOR shall mean only that CONTRACTOR shall follow the desires of CITY with respect to the results of the services. 5 11 12. 13. 14. r COOPERATION: CONTRACTOR agrees to work closely and cooperate fully with CITY's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. CITY agrees to cooperate with the CONTRACTOR on the Project. CITY POLICY: CONTRACTOR shall discuss and review all matters relating to policy and Project direction with CITY's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with CITY goals and policies. PROGRESS: CONTRACTOR is responsible for keeping the Project Administrator and /or his/her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. INSURANCE: Without limiting CONTRACTOR's indemnification of CITY, and prior to commencement of work, CONTRACTOR shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to CITY. A. Certificates of Insurance. CONTRACTOR shall provide certificates of insurance with original endorsements to CITY as evidence of the insurance coverage required herein. Insurance certificates must be approved by CITY's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with CITY at all times during the term of this Agreement. B. mature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the CITY's Risk Manager. 2 0 E D. Coverage Requirements. Workers' Compensation Coverage. CONTRACTOR shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, CONTRACTOR shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by CITY at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against CITY, its officers, agents, employees and volunteers for losses arising from work performed by CONTRACTOR for CITY. ii. General Liability Coverage. CONTRACTOR shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. CONTRACTOR shall maintain automobile insurance covering bodily injury and property damage for all activities of the CONTRACTOR arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: i. The CITY, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the CONTRACTOR. VA ii. This policy shall be considered primary insurance as respects to CITY, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the CONTRACTOR's operations or services provided to CITY. Any insurance maintained by CITY, including any self - insured retention CITY may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against CITY, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to CITY, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by CITY. F. Timely Notice of Claims. CONTRACTOR shall give CITY prompt and 0 timely notice of claim made or suit instituted arising out of or resulting from CONTRACTOR's performance under this Agreement. G. Additional Insurance. CONTRACTOR shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS: Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of CITY. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of CONTRACTOR, or of the interest of any general partner or joint venturer or syndicate member or cotenant if CONTRACTOR is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of CONTRACTOR. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint-venture. 16. SUBCONTRACTING: N. • i The parties recognize that a substantial inducement to CITY for entering into this Agreement is the professional reputation, experience and competence of CONTRACTOR. Assignments of any or all rights, duties or obligations of the CONTRACTOR under this Agreement will be permitted only with the express written consent of CITY. CONTRACTOR shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of CITY. 17. OWNERSHIP OF DOCUMENTS: Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by CONTRACTOR, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of CITY, and CITY shall have the sole right to use such materials in its discretion without further compensation to CONTRACTOR or any other party. CONTRACTOR shall, at CONTRACTOR's expense, provide such Documents to CITY upon prior written request. Documents, including drawings and specifications, prepared by CONTRACTOR pursuant to this Agreement are not intended or represented to be suitable for reuse by CITY or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from CONTRACTOR will be at CITY's sole risk and without liability to CONTRACTOR. Further, any and all liability arising out of changes made to CONTRACTOR's deliverables under this Agreement by CITY or persons other than CONTRACTOR is waived against CONTRACTOR and CITY assumes full responsibility for such changes unless CITY has given CONTRACTOR prior notice and has received from CONTRACTOR written consent for such changes. 18. COMPUTER DELIVERABLES: All written documents shall be transmitted to CITY in a version of Microsoft Word and Excel readable by CITY. 19. CONFIDENTIALITY: All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless CITY authorizes in writing the release of information. 20. INTELLECTUAL PROPERTY INDEMNITY: The CONTRACTOR shall defend and indemnify CITY, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in CONTRACTOR's Deliverables and specifications provided under this Agreement. N 21 22. 23. 24. 25. RECORDS: 9 CONTRACTOR shall keep records and invoices in connection with the work to be performed under this Agreement. CONTRACTOR shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to CITY, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to CONTRACTOR under this Agreement. All such records and invoices shall be clearly identifiable. CONTRACTOR shall allow a representative of CITY to examine, audit and make transcripts or copies of such records and invoices during regular business hours. CONTRACTOR shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to CONTRACTOR under this Agreement. WITHHOLDINGS: CITY may withhold payment to CONTRACTOR of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. CONTRACTOR shall not discontinue work as a result of such withholding. CONTRACTOR shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. CONTRACTOR shall be entitled to receive interest on any withheld sums at the rate of return that CITY earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. ERRORS AND OMISSIONS: In the event of errors or omissions that are due to the negligence or professional inexperience of CONTRACTOR which result in expense to CITY greater than what would have resulted if there were not errors or omissions in the work accomplished by CONTRACTOR, the additional expense shall be borne by CONTRACTOR. Nothing in this paragraph is intended to limit CITY's rights under any other sections of this Agreement. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS: CITY reserves the right to employ other consultants or contractors in connection with the Project. CONFLICTS OF INTEREST: The CONTRACTOR or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such Is persons to disclose any financial interest that may foreseeably be materially 10 affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, CONTRACTOR shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by CITY. CONTRACTOR shall indemnify and hold harmless CITY for any and all claims for damages resulting from CONTRACTOR's violation of this Section. 26. NOTICES: All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to CITY by CONTRACTOR and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from CONTRACTOR to CITY shall be addressed to CITY at: Captain Paul Henisey Newport Beach Police Department 870 Santa Barbara Drive Newport Beach, CA, 92658 -7000 (949) 644 -3650 Fax 644 -3693 All notices, demands, requests or approvals from CITY to CONTRACTOR shall be addressed to CONTRACTOR at: Attention: John R. Arnstein Project Manager MTG Management Consultants, L.L.C. 1111 Third Avenue, Suite 2700 Seattle, WA 98101 -3201 (206) 442 -5010 27. TERMINATION: In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof 11 0 29. 30. 31 32, 33 Notwithstanding the above provisions, CITY shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to CONTRACTOR. In the event of termination under this Section, CITY shall pay CONTRACTOR for services satisfactorily performed and costs incurred up to the effective date of termination for which CONTRACTOR has not been previously paid. On the effective date of termination, CONTRACTOR shall deliver to CITY all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. COMPLIANCE WITH ALL LAWS: CONTRACTOR shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by CONTRACTOR shall conform to applicable CITY, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and CITY. WAIVER: A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. INTEGRATED CONTRACT: This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. CONFLICTS OR INCONSISTENCIES: In the event there are any conflicts or inconsistencies between this Agreement and the Proposal of Services or any other attachments attached hereto, the terms of this Agreement shall govern. This Agreement may be modified or amended only by a written document executed by both CONTRACTOR and CITY and approved as to form by the CITY Attorney. SEVERABILITY: If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of 12 • this Agreement shall continue in full force and effect. 34. CONTROLLING LAW AND VENUE: The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 35. EQUAL OPPORTUNITY EMPLOYMENT: 36. CONTRACTOR represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. This Agreement may be signed in any number of counterparts. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: Robin Clauson, Assistant City Attorney for the City of Newport Beach L.L.C. CITY OF NEWPORT BEACH, A Municipal Corporation By: City Manager for the City of Newport Beach CONTRACTOR: By: John Arnstein, Senior Manager MTG Management Consultants, • Attachments: Exhibit A — Revised Proposal to Develop a Cost Study 13 MTG Management Consultants Exhibit "A". Revised Proposal to Develop a Cost Study of the Orange County Sheriff's Department Information Technology Services forthe Integrated Law and Justice Steering Committee October 22, 2004 MtgMC.00M Management Consultants, LOC. 1111 t d Avenue, Suite 2700 CMMMTG 1-3 Seattle, Washington 4810t32p1 e, anagement 206.442.5010 206.442.5011 fox Consultants w"^ ".Fnt9n'c.com October 22, 2004 Chief Bob McDonell Newport Beach Police Department 870 Santa Barbara Drive Newport Beach, California 92660 MTG Management Consultants, L.L.C., is pleased to present our revised proposal to prepare a Cost Study of the Orange County Sheriffs Department Information Technology Services for the Orange County Integrated Law and Justice Steering Committee. The proposal is based on the information presented in the Request for Proposal issued August 4, 2004, the infon-nation presented at the bidders meeting on August 19, responses to our original proposal dated September 10, and MTG's extensive experience with similar public safety and justice initiatives. This is an important and complex effort, and we believe MTG is best qualified to work with the Integrated Law and Justice Steering Committee to achieve a successful outcome. We offer a unique combination of experience and skills that should allow the project stakeholders to best meet their Law and Justice integration objectives. MTG is dedicated to working with public sector agencies to successfully plan for and implement improved technology, business processes, and organizations. Our Public Safety consultants have an extensive track record of success working with public safety and justice agencies on similar initiatives. These experienced consultants are knowledgeable in: • Strategic planning methodologies. • Integrated justice organization, governance, and cost sharing models. • Public safety and justice business processes. • Public safety and justice information and communications systems and applications. Our proposal is organized as follows: • Project Background and Scope • Overview of MTG 0 • Approach and Work Plan mtgmc.com (M-TG 7 Chief Bob McDonell October 22, 2004 Page 2 • Project Schedule • Staffing Plan • Similar Projects • Cost Estimate • Appendix A — MTG Client List • Appendix B — Resumes • Appendix C — Sample Document U I will act as the primary contact for MTG and can be reached at 818 - 906 -3945 or via jamstein@mtgmc.com. 11 We look forward to assisting with this critical effort. If you have any questions concerning the information presented in our proposal or would like to discuss it in more detail, please do not hesitate to contact us. Very truly yours, MTG MANAGEMENT CONSULTANTS, L.L.C. John R. Arnstein Senior Manager J RA/cl m/75436/757 -74 0 mtgmC.com MTG 9 MtgmC.00M Table of Contents Project Plan ....................................... ..............................1 A. Project Background and Scope ........................... ..............................1 B. Overview of MTG .............................................. ............................... 3 C. Approach and Work Plan .................................... ..............................5 D. Project Schedule ............................................... ....................:........10 E. Staffing Plan ...................................................... .............................10 F. Similar Projects....... ...................... ................................................. 12 G. Cost Estimate .................................................... .............................24 Appendix A - MTG Client List Appendix B - Resumes Appendix C - Sample Document C TG 757/74/75436(doc) C' " ld� f cap, Project Plan ,! MTG'sPublic Management Consultants, L.L.C., has been providing management Safety practice MTG consulting services to public safety and public sector organizations for more focuses on than 30 years (initially as a division of ECG Management Consultants, Inc.). meeting the technology, Our services focus on achieving technology - enabled business improvements. Within business, and this service offering, we have frequently furnished the type of services requested by the management Orange County Integrated Law and Justice Steering Committee. While MTG has needs of provided these services to various organizations from police departments to transporta- municipal, county and tion agencies, over 60 percent of our business is directly with public safety agencies. state public safety and Our approach, project team, and experience combine to make MTG the best choice to justice assist in conducting this Cost Study. agencies. A. Project Background and Scoff This project is being undertaken by the City of Newport Beach on behalf of the justice agencies in Orange County, California, under the direction of the Integrated Law and Justice Steering Committee. The project will provide necessary data to all affected agencies regarding the merits of cost sharing for information technology (IT) infrastruc- ture and related value -added services. The purpose is to: • Identify IT services /costs provided to municipal law enforcement agencies and funded by the Orange County Sheriffs Department. • Explore cost sharing for those IT services provided to and benefiting law enforce- ment, in return for the Sheriff's support of a Joint Powers Authority (JPA) govern- ance structure. The goals of the study are to: • Quantify those technologies and services that: • Are above and beyond those normally expected of or mandated to be provided by a county sheriff in California, such as are provided in the neighboring coun- ties of Los Angeles, Riverside, and San Diego, and /or • Would be considered for a transfer of control, ownership and /or financial responsibility to a future Law and Justice JPA. 757/74/75436(doc) C' " ld� f cap, 757n4n5436(doc) 2 (_MTG • Develop a proposed cost sharing model for the transferred services that may be potentially funded by the JPA. • Facilitate a dialogue between the stakeholders on the feasibility and appropriate- ness of the transfer of the financial responsibilities for the identified technology and services to the JPA members. The deliverables required to be provided as part of this project include the following: • A summary document identifying all law enforcement information systems/services and related costs provided by the Sheriff's Department. This document will enable a clear understanding by nontechnical personnel of each of the systems /services functions and its beneficiaries. • A summary document identifying similar systems/services offered without any additional assessment to municipal law enforcement agencies by Sheriff's Depart- ments in the identified neighboring counties, along with a quantitative and qualita- tive comparison to those offered by the Orange County Sheriff's Department. • Facilitation of from one to three workshops to enable stakeholder consensus as to what value -added services /costs are to be shared and the methodology for sharing those costs. • A final document that provides an overview of the process, findings, and cost sharing methodology for those agreed -upon value -added services, along with each city's proposed annual cost. Due to the importance and complexity of this undertaking, the Orange County Integrated Law and Justice Steering Committee is seeking the assistance of a highly qualified consultant. The selected consultant will demonstrate expertise in working knowledge, and have proven experience, with law enforcement agencies in California at the municipal, county, and state levels involving: • California Law Enforcement Telecommunications System (CLETS) and related policies, practices, procedures, and statutes. • JPA governance structures. • Current IT practices of municipal, county, and state law enforcement agencies. • WAN infrastructure and security requirements as specified by the California Department of Justice (DOJ). In addition to providing a minimum of three law enforcement reference sites where they have provided similar or related consulting services, the selected consultant must also provide an example of at least one previous document that is similar to what is required in this engagement. 757n4n5436(doc) 2 (_MTG 0 i B. Overview of MTG MTG is focused MTG is a limited liability, independent management consulting firm based in Seattle, on public sector Washington, with operating locations in California, Colorado, and Wisconsin. We have iTmanagement and has a been providing consulting services to public sector clients since 1973 (initially as a proven track division of ECG). MTG was formed in 1997 as a separate entity to focus on the unique record in IT and management requirements of the public sector. Since 1975, we have completed serving public more than 450 projects in 30 states, involving over 175 different city, county, and state safety organizations. agencies. Our firm has an unsurpassed reputation for providing high - quality, independent consulting services and straightforward, no- nonsense advice to clients in the context of a highly collaborative relationship. To avoid any possibility of conflict of interest or lack of independence, MTG does not represent any product company or provide test and evaluation services to product vendors for fees. We have steadfastly maintained our independence in order to provide our clients with objective and workable solutions built upon our knowledge and experience. A leader in addressing information systems and management issues, MTG provides its customers with critical services for success in today's public sector arena. We are continually updating our products and services to meet the technological advances and constant demands present in so many government environments. MTG has a focused professional staff of 30 experts who enable us to offer the following consulting services: • Strategic technology planning, • Independent performance audits and assessments. • System assessments, reviews, and management assistance. • IT services and operations assessments. • Management and business process redesign. • Organization, culture, and methodology development. • Project procurement, management, and quality assurance. Given the depth and breadth of our staff resources, MTG will not utilize subcontractors for this project. This is an important consideration for the Integrated Law and Justice Steering Committee, because it means MTG has total control over the quality of the work and the time commitment of the consultants assigned to this engagement. 7 5 7/74/7 5436(doc) 3 MTG MTG is known for its experience and objectivity in addressing complex IT management issues. MTG offers significant relevant experience. 9 0 Three major aspects of our professional consulting services are, we believe, of particular value to our government clients. They are: • Ol'ectivityand Independence MTG maintains organizational and financial independence from our clients and from vendors. The independent nature of our client/consultant relationship allows us to observe from an objective viewpoint what cannot always be perceived by those within an organization. Dedicated Time Uninterrupted by line management responsibility, our consulting staff can devote the time and attention necessary to complete projects that are vital to the success of the organization. Specialized Experience Each member of our consulting staff has experience and training in one or more specialized areas of management and technology. Our staff members have dealt with a diverse group of enterprises and solved problems common to their areas of expertise. As a quality- and results- oriented firm, we are proud of the excellent reputation we have achieved in service to our public sector clients and will continue providing them with the kind of professional service they deserve and have come to expect from us. The table below identifies several of MTG`s references for projects in which we have gained the experience that the Integrated Law and Justice Steering Committee requires. Additional descriptions of the projects are provided in Section F, Similar Projects. 757174/75436(doc) 4 TG �o MTG's work plan focuses on addressing the issues defined in the Request for Proposal (RFP). C. Approach and Work Plan MTG believes that this is an important and complex assignment. The complexity is driven by the reality that the Orange County Sheriff's Department and the other departments that will be surveyed are each large organizations and provide a wide range of IT technologies and services to a large number of municipal agencies. It will be important for the credibility of this project that the analysis of the services and the associated costs be clearly defined. In addition, it will be important to include a high level of senior consulting participation in identifying potential services to be transferred to a JPA and the development of potential cost sharing models. Our approach and work plan takes these factors into account. This project will be undertaken as follows: Task 1 — Initiate Project Task 2 — Conduct Integrated Law and Justice Steering Committee Interviews Task 3 — Identify Orange County Sheriff's Department IT Systems, Services, and Costs Task 4 — Conduct Survey of Three Neighboring Sheriff's Departments Task 5 — Prepare Comparative Analysis Task 6 — Identify Potential Services for a JPA Task 7 — Develop Proposed Cost Sharing Model for JPA Services Task 8 — Prepare and Conduct Additional Project Workshop Task 9 — Prepare and Present Recommendations The tasks are described in further detail below. 757174/75436(doc) 5 0 C TG 0 A well - planned project initiation leads to momentum and the best use of participants' time. 0 L J Task 1 — Initiate Project During this task, we will conduct at least one discussion to plan for a timely and coordinated project kickoff. We will speak with the Integrated Law and Justice Steering Committee project manager to confirm: • Overall project scope, approach, deliverables, and schedule. • Project participants, including roles and responsibilities. • Approach for gathering needed information from the Orange County Sheriff's Department and neighboring Sheriff's Departments. • Project communications approach, including the approach for day -to -day communications as well as status reporting. MTG will provide several tools to the project manager that we have found very useful for organizing projects. These include a scheduling template, interview outlines, and a request for relevant background documentation on the existing Integrated Law and Justice Steering Committee organization, including charter, membership, accomplish- ments, and initiatives. We will also discuss the availability of relevant information regarding the Orange County Sheriff's Department IT infrastructure, services, and costs. We will confirm the number of interviews and data gathering meetings to be conducted and ask the Law and Justice project manager to take primary responsibility for scheduling the participants. During this task, we will also plan for and conduct an on -site project kickoff meeting to introduce the MTG project team to the Integrated Law and Justice Steering Committee and review the project approach and schedule. During this meeting we will discuss the goals and objectives of the project and seek strategic direction from the Steering Committee members regarding project outcomes. Deliverables: Project Planning Agenda Interview Scheduling Template Interview Outlines Requested Background Documents Project Kickoff Presentation Monthly Project Status Reports Task 2 — Conduct Integrated Law and Justice Steering Committee Interviews During this task, MTG will plan to conduct up to four interviews with Integrated Law and Justice Steering Committee members. The purpose of the interviews will be to: 7 5 7/74/7 5 43 6(doc) 6 �MG ," c� • Understand the project background. We will meet directly with Identify current issues. Steering Discuss current Law and Justice integration objectives and opportunities. Committee members to Identify critical success factors for this specific project, as well as the broader Law understand the and Justice initiative. project background and current We will work with the project manager to schedule the interviews. We anticipate being opportunities. able to conduct the interviews during the first week of the project. Task 3 — Identify Orange Coun1y Sheriff's Department IT Systems. Services. and Costs During this task we will meet with a knowledgeable representative of the Orange County Sheriff's Department in order to define the IT systems, services, and costs that are the subject of this study. We will work with the Sheriff's Department to identify each service and provide information that will allow MTG to document all infrastructure, licensing, support/training /staffing, and associated costs for each service. Our discussion will include identifying mandated services, usual and customary services, and services which are unique to the Orange County Sheriffs Department. In addition, we will discuss how costs for the services are incurred and how they are allocated. We will request that all relevant documentation be made available to us in advance of this meeting. This will allow us to study the material and focus our discussion on clarifying the information and identifying any areas where additional definition is required. As needed, we are prepared to conduct up to two follow -up meetings to validate our findings. We will document our findings and present them to the Integrated Law and Justice Steering Committee for review and validation. The documentation will enable a clear understanding by laypersons of each system /service function and beneficiary. We assume that that we will receive assistance from the Steering Committee and the Sheriffs Department in scheduling this task and that relevant information will be readily available. Deliverable: Orange County Sheriff's Department IT Systems, Services, and Costs Task 4 — Conduct Survey of Three Neighboring Sheriff's Departments' Next we will gather information from the Sheriff's Departments in Los Angeles, Riverside, and San Diego counties regarding the systems and services they provide to municipal police departments. We will rely on the Integrated Law and Justice Steering Committee project manager to identify the appropriate contact at each of the three Sheriff's Departments and make introductions on our behalf. We will work with the Steering Committee project manager to schedule this task as early as possible in order for the other departments to have time to collect the requested information as soon as 757/74/75436(doc) 7 CMTG Coums 757/74/75436(doc) 8 C TG W�agemem Consuhann possible. We will develop a survey, which will be based on the information developed • during Task 3, that will allow for a clear understanding of the similarities and the differences in services that are provided. The purpose of the survey is to provide the other Sheriff's Departments with the means to prepare clear, relevant responses regarding the services they provide to municipal police departments within their jurisdiction. We will review the survey in advance with the project manager and then submit it to each identified contact in the other departments. We will then plan to conduct one on -site meeting with each department to gather and discuss their responses. The Integrated Law and Justice Steering Committee. project manager will be invited to attend if he /she wishes. As needed, we will follow up with each department via telephone or e-mail to collect additional information or validate our understanding of the information provided. We will attempt to gather information regarding systems and services in the same format and level of detail as that provided by the Orange County Sheriff's Department in order to facilitate the comparative analysis in the next task. This task does not involve gathering or analyzing cost information from the neighboring Sheriff's Departments. Deliverable: Survey Questionnaire Task 5 — Prepare Comparative Analysis Next we will analyze and present the information gathered during the preceding tasks. The purpose of this step is to define the infrastructure and services provided by the Orange County Sheriff's Department that are over and above those provided by the other Sheriff's Departments. The analysis will include a qualitative and quantitative comparison. We will present our findings to the project team in draft format and meet to discuss the information. This important milestone will act as the foundation for the remaining analysis and recommendations. Deliverable: Comparative Analysis of Orange County and Other Sheriff's De- partments' Systems and Services Task 6 — Identify Potential Services for a JPA Next we will identify those services and associated infrastructure that should be considered for transfer of control, ownership, and /or financial responsibility to a future integrated Law and Justice JPA. We will work with the project team to establish criteria for potential transfer of technologies and services. Such criteria may include: • Technologies and services that exceed the norm or the requirements for Sheriff's Departments. 757/74/75436(doc) 8 C TG W�agemem Consuhann The development of the cost sharing model will be an important project task. • Technologies or services that are best suited to JPAs. • Others as appropriate. As part of this task we will discuss MTG's specific experience working with organiza- tional and governance issues for achieving integrated justice information systems. We would present this information in the first project workshop in order to enable stakeholder consensus on the value -added services/costs to be shared. Deliverable: Potential Technologies and Services for a JPA Task 7 — Develop Proposed Cost Sharing Model for JPA Services 11 During this task we will develop a proposed cost sharing model for the transferred services that may potentially be funded by the JPA. We would seek the input of the project team participants regarding their ideas and experience in other JPA cost sharing environments. We will also discuss the objectives for cost sharing. Examples of cost sharing objectives could include: Encouraging use of services. • Supporting maintenance and support of current systems and services. • Establishing funding for development and deployment of new systems and services. We will also discuss cost sharing /allocation approaches. Approaches may be: • More accurate but more complicated to administer and plan for (for example, based on transaction volumes) • Less accurate but easier to administer and plan for (for example, based on population). We would also develop recommendations based on our analysis for this project, as well as MTG's experience in similar environments. We would present this information in the second project workshop in order to enable stakeholder consensus on the methodol- ogy for distributing the costs of the previously identified value -added servicestcosts. Deliverable: Proposed Cost Sharing Model Task 8 — Prepare and Conduct Additional Project Workshop Based on the results of the preceding workshops, we would prepare and present a third project workshop if needed. The purpose of this workshop would be to address any 757n4n5436(doc) 9 TG 9 9 The project team is tailored to meet the needs of this effort. 0 757/74175436(doc) _ .. ..._. .................. issues remaining from the preceding workshops or to present the information to a new audience. We would work with the Law and Justice project manager to confirm the specific topics and audience for this task. Deliverable: Workshop Presentation Task 9 — Prepare and Present Recommendations We will document the project findings, analysis, and recommendations in a presenta- tion -style format. This report will identify the methodology used to conduct the study and identify all project participants. It will include an action plan designed to provide the Integrated Law and Justice Steering Committee with specific tasks needed to implement the report recommendations. We will provide the report in draft format and incorporate project team feedback into the final version. Deliverable: Draft and Final Orange County Sheriff's Department IT Services Cost Study D. Project Schedule The proposed project schedule is presented as EXHIBIT I. For planning purposes, we are assuming a project start date of November 15, 2004, based on the information provided in the RFP. We estimate that the project can be completed in 14 weeks, which includes an allowance for the holidays. We recognize that time is of the essence, and we will work closely with the Integrated Law and Justice project team to meet or improve on this schedule. E. Staffing Plan We are proposing a highly qualified project team with extensive experience in strategic technology planning for law enforcement applications, communications technology, business processes, and technology management. Our proposed team leaders — Mr. Joseph D. K. Wheeler (project officer) and Mr. John R. Arnstein (project manager) — have completed similar efforts for other cities, counties, and states. Mr. Wheeler is a senior partner at MTG, and Mr. Arnstein is a senior manager. They will be assisted by Mr. Joel J. Byford (lead consultant), who is a manager with MTG. Mr. Byford has a broad range of relevant consulting experience, including public safety and justice integration. In addition, he is a Certified Public Accountant (CPA) and brings important financial analysis skills to the project. In addition to the above individuals, Mr. James E. Cabral will act as the security specialist. He is a senior manager with MTG and leads our Information Security practice. Mr. Cabral's role will be to address any issues that may arise in conjunction C TG u � n O ?7O Z U O O AIL F-ig O m Q E U t 0 O .................. ................... fic it 0 lto mi< 1� -! ts !�z w In ii� t; 0 AGO 'bit i. T - i 16 8 v f fop id 'd z z L9 19 1 :1 RE I I- I-T- 7-:: lt2 1M 1O 1,2 14 1h: 1!-, F F-ig O m Q E U t 0 1] 0 Mr. Wheeler is the director of MTG's Public Safety practice. 0 with applying DOJ security standards to the IT environment. The team has been tailored to best meet the needs of this project. We may utilize the services of other staff members throughout the life of the project; however, personnel assigned to the performance of this contract will not be substituted or removed without the prior approval of the Law and Justice project manager. The figure below depicts our team's organizational structure. Our project officer will serve as the chief adviser in this assignment, reviewing all deliverables and analysis activities. In addition, due the important nature of this project, Mr. Wheeler will play an active role in the project, including participating on project workshops. MTG's project manager will be responsible for the overall client relation- ship, ensuring that the Integrated Law and Justice Steering Committee's needs are satisfied in every aspect of MTG's service delivery. The project manager will be responsible for day -to day project communications and will be highly involved in all project tasks. The lead consultant will be involved in data - gathering and analysis tasks and assistance in developing project recommendations and presentations. The security specialist will assist the other project team members as needed. Below are descriptions of our team members. Additional details are presented in APPENDIX B — Resumes. • Joseph D. K. Wheeler, Proiect Officer Mr. Wheeler, a senior partner with MTG and the director of our Public Safety practice, will be the project officer and will have overall responsibility for the success of this engagement. Mr. Wheeler has led many of MTG's most significant public safety strategic planning and implementation projects. He serves public safety organizations in the development of IT strategic plans and architectures. Mr. Wheeler understands the dynamics and needs of IT in rapidly changing organiza- tions. He is a noted expert on public safety, IT, technology organizations, and strategic planning. 757/74/75436(doc) 11 AMTG • John R. Arnstein, Project Manager Mr. Arnstein is Mr. Amstein, a senior manager with our firm and the director of the Local Public the director of Safety practice, will provide management expertise and will act as the point of MTG's Local Public Safety contact for day -to -day project activities. He has over 15 years of experience work - practice. ing with public safety and public sector agencies developing IT plans, selecting public safety systems, and overseeing implementation projects. He has led numer- ous projects for public safety agencies across the country. He is an active member of public safety organizations, including the International Association of Chiefs of Police (IACP), the National Sheriffs' Association (NSA), the National Emergency Number Association (NENA), and the Association of Public- Safety Communications Officials (APCO) International. Mr. Arnstein speaks and writes regularly on a variety of law enforcement management and technology issues, including: strategic technology planning for law enforcement agencies, technology project manage- ment, local law enforcement information sharing, and 9 -1 -1, mobile computing, and wireless data technologies. Articles that he has written recently have appeared in industry publications, including MissionCritical Communications and Emergency Number Professional Magazine. • Joel J. Byford, Lead Consultant Mr. Byford, a manager with MTG, will act as the lead consultant. In addition to being a CPA and having extensive financial systems experience, Mr. Byford has extensive experience working with public safety agencies in an effort to improve operations and information exchanges. While with MTG, Mr. Byford has worked with courts, law enforcement, and juvenile justice agencies in California, Kansas, Colorado, Nebraska, and Oklahoma. • James E. Cabral Jr.. Securi1y Spe_ ialist Mr. Cabral, a senior manager with MTG, has over a decade of experience design- ing, implementing, and auditing information security systems and is an expert in information security. His areas of expertise include project management; network and security design and implementation; and planning, installation,. and manage- ment of open systems platforms. He will provide specialized support in the analysis of WAN and security considerations as specified by the California DOJ. F. Similar Projects The following are descriptions of projects we have completed for clients across the country that are similar in various aspects to the project proposed for the Orange County Integrated Law and Justice Steering Committee. We can provide additional project descriptions and will gladly offer more references upon request. 0 757n4n543e(doo) 12 C" ' V Co w11. 0 The project for San Luis Obispo County included a cost sharing analysis in a similar, complex justice environment. 9 0 9 0 County of San Luis Obispo, California — Criminal Justice Information System Strategic Planning The purpose of this project was to assist the San Luis Obispo County criminal justice community with the planning for a new integrated justice solution. The result of this project was a Strategic Plan, Enterprise Architecture, Implementation Plan, Business Case Analysis, and Funding Model necessary for successful implementation of an advanced CJIS environment. Mr. Gary Hicklin Supervisor, Project Management Office Information Technology Department County of San Luis Obispo County Government Center, Room 400 San Luis Obispo, California 93408 -2855 805- 781 - 5091/805- 781- 4098(fax) ghicklin@co.slo.ca.us California Administrative Office of the Courts (AOC) San Francisco California — Information Exchange Project MTG assisted the ACC in its efforts to improve the effectiveness and efficiency of the state's 58 trial courts by enabling the automated exchange of information between the courts and their criminal justice partners. The information exchange project addressed key information- sharing issues faced by California trial courts. Our objectives included creating a detailed map of current business processes and a comprehensive model, based on the SEARCH model, for criminal case data sharing. This engagement provided the ACC with a solid understanding of the condition of the courts' interface facilities. It helped to determine the path for future integration efforts and identify actions that should be taken by the stakeholder to enable this integration. A portion of this effort included the development of a framework for IT cost sharing between the AOC, superior courts, and justice partners. Ms. Heidi Mayer, Project Manager State of California, Judicial Council of California Administrative Office of the Courts 455 Golden Gate Avenue San Francisco, California 94102 -3660 415 -865- 7420/415 -865 -7496 (fax) Heidi. Ma yer@jud. ca.gov 757n4n5436(doc) 13 rMTG Pierce County Law Enforcement Support Agency (LESA), Tacoma, Washington — Business Process Reengineering and Quality Assurance MTG performed LESA provides information systems, communications, and records management numerous services to several law enforcement agencies within Pierce County. On this engage - projects for ment MTG developed a multiyear strategic improvement plan for law enforcement LESA, which acts asaJPA, business processes and the supporting software applications and .technology infrastructure. In addition, MTG assisted with procurement of hardware, software, and services for the first stage of the strategic plan and provided ongoing quality assurance services during implementation. Project activities included: • Leading the completion of work processes and work flow documentation. • Completing an assessment of the current network environment and developing strategies for the future. • Facilitating development of the mission, goals, and critical success factors associated with implementing the strategic plan. • Establishing the conceptual business and technology vision for the future. • Identifying the strategic focus areas (initiatives) and associated activities required to implement the plan. • Organizing and sequencing the initiatives and activities into a coordinated plan of action and estimating implementation costs. • Assisting LESA in developing procurement specifications and documents for the first stages of plan implementation. • Providing ongoing quality assurance services during the initial implementation stages. The strategic plan was presented to the governance bodies for approval. Subsequent to plan approval, the procurement specifications were completed and the quality assurance process began. Mr. Arnold H. Blaker, Project Manager Law Enforcement Support Agency 955 Tacoma Avenue South, Suite 101 Tacoma, Washington 98402 -2113 253 -798- 7528/253- 798 -7612 (fax) blakera@lesa.net Riverside is City of Riverside California — Computer -Aided Dispatch (CAD) Replacement currently using MTG to provide CAD MTG is providing project implementation assistance to the city of Riverside as it impfementa- implements a new CAD system for the Police, Fire, and Public Works Departments. tionoversight. Previously, Mr. Arnstein led a project with the city to analyze its current PRC COBOL G 757/74/75436(doc) 14 CM 7 5 7/74/7 5 436(doc) 15 C TG wnegemerx con.h� CAD system, select a replacement system, and negotiate the multimillion dollar vendor contract. Issues that were considered included interfaces to existing RMS and mobile data systems, emerging technologies, and a procurement approach. Captain Michael J. Blakely Riverside Police Department 8181 Lincoln Avenue Riverside, California 92504 -4346 909- 351 -6233 mblakely@ci.riverside.ca.us Regional Automated Information Network (WN) Consortium. Salem. Oregon — Needs Analysis and Requirements Development MTG conducted a review of this multiagency law enforcement records management system so that the consortium could determine its future scope of services and technological direction. The assessment provided the RAIN Consortium with specific recommendations for an interim technology solution, a plan for long -term replacement of the records management system, and a detailed cost model recommendation, which allowed RAIN to determine a system replacement strategy. Lieutenant Jeff G. Pik[ RAIN Consortium Project Coordinator c/o Stayton Police Department 386 North Third Avenue Stayton, Oregon 97383 -1726 503 -769- 34231503 -769 -4797 (fax) jpikl @stayton.org Multnomah County Public Safety Bond Technology Program, Portland. Oregon — Quality Assurance and Oversight Services Multnomah County undertook a number of projects to provide needed infrastructure, applications, and interconnection of criminal justice organizations within the county. These projects were funded through a public safety bond issue passed by voters in 1996 and were coordinated through a central program office and several oversight bodies. MTG provided ongoing quality assurance and oversight services throughout the life of the various projects, up to and including postimplementation review for each. Our activities entailed: • Evaluating existing systems and controls in place to manage the bond program and defining needed improvements. This included program governance structures; reporting standards; and project, financial, and issue management systems.. 7 5 7/74/7 5 436(doc) 15 C TG wnegemerx con.h� This Seattle project exemplifies our structured, open, no- surprises approach to projects. • • • Assisting project managers with establishing appropriate project management plans, systems, and controls. • Defining, designing, and implementing a reporting system for the public safety bond program that summarized project performance against schedule and budget. • Reviewing existing documentation and assessing its conformance to established standards. • Meeting with users to encourage appropriate user participation and ensure that user needs were being met. • Providing ongoing monitoring and evaluation of projects from inception through implementation to anticipate problems, develop timely recommended solutions, and mitigate or avoid risks. • Identifying and evaluating interproject dependencies to ensure needed coordina- tion. • Regularly providing formal risk assessments for each project. Mr. Douglas M. Bray Court Administrator Multnomah County Judicial Department Fourth Judicial District 1021 Southwest Fourth Avenue Portland, Oregon 97204 -1123 503- 248 -3957 doug. bra y@ojd. state. or. us Seattle Police Department and Seattle Fire Department, Seattle. Washington — Computer -Aided Dispatch (CAD) and Records Management System (RMS) placement Quality Assurance (QA) Services MTG is performing ongoing risk assessment monitoring services upon request for Seattle Police and Seattle Fire Department projects that involve replacing the departments' CAD system and RMS with new vendor - provided application systems. These two systems are mission - critical to managing and delivering law enforcement and emergency fire and medical services to the citizens of Seattle. In our role as QA consultants, we applied MTG's structured QA methodology to review project management controls, project plans and processes, and other documentation needed to determine overall project health. In addition, we met with information systems management, command staff, project management and team members, and steering committee members to gather information and perspectives and report results. Formal risk assessment reports were prepared, which included defining key risk items and recommending mitigating or preventive actions. The reports were then reviewed with project and program management personnel, as well as the steering committee. This engagement began in 2002 and is currently ongoing. 757l74l75436(doc) 16 CM T i ca 1' .m 0 0 • • • MTGswork -Ms. Patti B. DeFazio Program Manager, Information Technology Services Seattle Police Department 610 Fifth Avenue Seattle, Washington 98104 -1900 206- 684 - 8033/206- 684- 5109(fax) patti.defazio@ci.seatt1e.wa.us King County Office of Information Resource Management — Law. Safety and Justice with King (LSJ) Integration Project Analysis County is one of numerous King County is defining business and technology requirements necessary to improve projects involving law information sharing between existing and future systems. The intent of this assignment andjustice was to define the desired business and technical environment and steps to be integration undertaken to meet objectives outlined in the vision. Project phases involved technology and management development of an integrated business model, creation of a data model, and a management review. The outcome of our efforts was an unbiased analysis and blueprint for improvement that agency personnel and vendors can use to build and implement tools and processes for the future LSJ environment. Mr. Traver Esko Law, Safety and Justice Project Manager King County Office of Information Resource Management Bank of America Tower 701 Fifth Avenue, Suite 3460 Seattle, Washington 98104 -7061 206- 205 -9237 trever.esko@metrokc.gov Department of Justice Affairs Cuyahoga County. Ohio — Criminal Justice Information System (CJIS) Planning MTG prepared a CJIS improvement plan that involved county and city agencies representing all the functional disciplines of the criminal justice community. Our client sponsored this project in response to the state of Ohio CJIS improvement effort. The scope of this multijurisdictional effort included assessing the current information technology environment; developing a strategic plan for improving and integrating criminal justice information systems; establishing a multijurisdictional governance structure to facilitate communication, planning, and decision making for future information technology issues; developing detailed tactical plans for realizing the goals outlined in the strategic plan; and establishing budgets and assigning cost by agency for each tactical plan. The results of this project are being used to secure funding for the C'JIS improvement effort. 757n475436(doc) 17 �. LTG Mamgh Cauuhmn MTG is experienced in leading projects involving multiple law and justice agencies and jurisdictions. 0 • Ms. Isabel A. Sanchez, MPA, Program Officer Criminal Justice Services Agency Cuyahoga County Department of Justice Affairs 1276 West Third Street, Room 205 Cleveland, Ohio 44113-1512 216- 443 - 5900/216 -443 -7708 (fax) cnias@www.cuyahoga.oh.us Douglas Coin /City of Omaha Nebraska — Criminal Justice Strategic Integration Plan This engagement involved developing a 5 -year plan for improving the level of information sharing and access between criminal justice organizations within the city and county, as well as between the city /county and state organizations. The project scope included: • Interviewing technical and business stakeholders to understand the condition of current systems and the technology needs of the criminal justice community. • Identifying the information access and exchange conversations between organiza- tions within the context of the overall justice process. • Assessing the ability of the current technology and business environment to meet operational, information sharing, and decision support needs of the criminal justice community. • Identifying a vision and goals for the future criminal justice technology environment and performing a gap analysis to identify key changes and decisions that must be made. • Documenting a future conceptual architecture for technical infrastructure, security, network, applications, and information exchange. • Defining a phased migration strategy that moves incrementally toward the desired future environment. • Determining a tactical implementation plan with associated macro -level projects, schedule, and budget estimates. • Assisting in communicating the plan to key city and county stakeholders. The resulting strategic integration plan provided an organized framework and plan of action to improve infrastructure, security, applications, and information sharing between criminal justice stakeholders. Mr. Ken Bovasso Grant Administrator Douglas County Sheriff's Office 3601 North 156th Street Omaha, Nebraska 68116 402 - 444 - 6587/402- 444- 7342(fax) kbovasso@.co,douglas.ne.us Ll 757/74/75436(doc) 16 ` MTG 0 Cleveland has repeatedly employed MTG to provide public safety technology expertise and planning and management consulting. 0 0 0 • Cuahooa County Criminal Justice Services Agency Cleveland Ohio - Cleveland Mobile Comuting Study and Cuyahoga Countywide Criminal Justice Information System (C'JIS) Proiect Management ment MTG assisted the county of Cleveland Department of Public Safety with the execution of a mobile computing feasibility study for the Cleveland Police Department (CPD). The objective of this project was to identify a long -term mobile computing solution to meet a specific set of operational, technical, and service requirements identified by CPD. Our specific activities included: • An assessment of CPD organizational, information technology, and operational attributes to derive a specific set of business requirements that the mobile comput- ing solution must fulfill. • An analysis of the benefits, risks, and costs of two potential mobile data solutions; one from a local leveraged county provider and the other a blended solution of CPD and private sector resources. • Development of an implementation plan to more closely evaluate the operational feasibility of the county-based solution. • Delivery of a recommendation for proceeding with a mobile data solution. The engagement resulted in a clear and practical vision for the scope, costs, level of effort, and commitment required by stakeholder agencies to achieve their goals. In addition, the plan provided a realistic road map that served as the foundation for building a future business process and mobile computing technical architecture. Mr. Titus Britt, Deputy Commissioner Department of Public Safety Police Headquarters 1300 Ontario Street, Room 318 Cleveland, Ohio 44113 -1648 216 -664- 2553/216 -664- 3940(fax) tbritt@city.cleveland.oh.us Vancouver Police Department (VPD. Vancouver. British Columbia. Canada - Informa- tion Technology, Division Review MTG was recently selected via a highly competitive process to perform an independent review of the Vancouver, British Columbia, Police Department's Information Technology Division. The VPD IT Division has 15 members to support the Police Department. The scope of the project includes identifying IT Division customers within VPD, identifying opportunities for improving IT Division processes and services, identifying opportunities for collaboration with the City IT Division, and developing recommendations as needed 75YW75436(doc) 19 �nb- • 9 757f74l75436(doc) 20 TG for staffing, structure, and best practices. A key element of this analysis is to ensure that any proposed approach is consistent with RCMP security standards for access too law enforcement information. Deputy Chief Jim Chu Vancouver Police Department 312 Main Street Vancouver, British Columbia, Canada V6A -2T2 604- 717 - 3194/604- 257- 3716(fax) jim.chu @vpd.ca Gwinnett County Police Department Lawrenceville Georgia — Information Technology Strategic Plan MTG was recently selected in a highly competitive process to assist in the development of an IT Strategic Plan for Police Services. Gwinnett County, located near Atlanta, is one of the fastest growing counties in the country. The current population of approximately 700,000 is expected to surpass 1 million in the next several years. The Police Department has over 855 personnel at 13 locations. MTG will assist in developing a strategic IT plan that addresses information and communications over the next 5-7 years. The plan will include an analysis of public safety business processes and recommendations for technology -based improvements. It will also consider how to leverage technology and information sharing opportunities with other law enforcement and justice agencies in the county. Ms. Erica Potts - Cameron Gwinnett County Justice and Administration Center 75 Langley Drive, Third Floor Lawrenceville, Georgia 30045 -6935 770 - 822 -8738 erica-potts-cameron.@gwinnettcounty.com Washington State Department of Information Systems Olympia Washington — Justice Information Network Oft Architecture Design and Planning The purpose of this assignment was to develop a detailed design for implementing the The JIN system information exchange component of the JIN. The JIN project is a state enterprise includes many initiative managed by the Justice Information Committee, which is a subset of the of the same functions as Information Services Board. Specific objectives included: CLETS. • Interviewing each agency to determine its information technology and information needs centered on primary information exchanges. • Developing a detailed data architecture and standards in order to support the information exchanges. 757f74l75436(doc) 20 TG 0 0 • Modeling the high - priority information exchanges using the SEARCH Justice CMT� ,� 7s7nansase(dcc) 21 Information Exchange Model (JIEM) method and tool. • Automatically generating XML schemata for all of the high - priority information exchanges. • Drafting an enterprise system architecture design for criminal justice integration. • Developing goals and strategies for the agency to follow in determining its information technology direction. • Identifying and defining tactical projects to be undertaken by the Justice Informa- tion Committee during the next 3 years. • Preparing a resource plan and implementation schedule for execution of the tactical projects. The outcome of our efforts was a detailed tactical plan that will guide the state and its agencies over the next few years. Ms. Lourdes Collins Justice Information Network Coordinator Washington State Department of Information Services 1110 Jefferson Street Southeast Olympia, Washington 98501 -2347 360- 902 - 3569/360- 664 -0495 (fax) LourdesC @dis.wa.gov The following references are specific to Mr. Amstein prior to his joining MTG: Newport Beach Police Department Newport Beach California — Police Information Systems Planning, Selection and Implementation Newport Beach Mr. Arnstein assisted the Newport Beach Police Department in developing a Strategic is a strong Information Plan for all its police systems. The plan assessed the use of technologies proponentof such as field reporting systems, mobile data computers (MDCs), and imaging, as well as consulting assistance for increased integration with GIS and other county systems. He also assisted in the planning preparation of an RFP, selection of new CAD /RMS systems, contract negotiations, and through implementation assistance for CAD /RMS, MDC, and jail management systems. implementation oversight. Chief Bob McDonell Newport Beach Police Department 870 Santa Barbara Drive Newport Beach, California 92660 -6303 949- 644 -3701 bmcdoneli@nbpd.org CMT� ,� 7s7nansase(dcc) 21 New imaging, mug shot, CADIRMS, and mobile computing systems were designed and implemented to enable streamlined police business processes. Study Mr. Amstein led the project to provide the Los Angeles County Sheriff's Department with assistance in evaluating its Mobile Data Communications Pilot Project (MODACOM). The project assessed various system components including mobile computer hardware, mobile computer software, wireless networks, and various installation, maintenance, training, and support issues. Specifically, the project team served as a technical adviser to the Sheriff's Department, while developing test and evaluation criteria for the project. Key issues analyzed included wireless data network strategy, mobile computer installation configurations, software functionality require- ments, and integration with the Sheriffs Data Network and other related internal and external systems. Lieutenant Gerald Cooper Los Angeles County Sheriffs Department 1000 South Fremont Avenue, Building A9E, 5th Floor Alhambra, California 91803 -8835 626- 300 -3103 gkcooper@lasd.org Honolulu Police Department. Honolulu. Hawaii - Strategic Planning. Procurement. and Implementation of Computer -Aided Dispatch /Records Management System (CAD /RMS) Mr. Arnstein led numerous projects with the Honolulu Police Department to reengineer many systems and processes, select new information systems, and provide implementa- tion project management services. This encompassed developing a Strategic Technology /Reengineering Plan that included the design for a new CAD /RMS to support the computing needs, such as communications center operations, records management, patrol, jail management, and investigative case management. The system design integrates technologies such as mobile data computers, electronic mug shots, automated field reporting, and word processing. The project scope included assisting in system selection and contract negotiations, and providing extensive implementation assistance. Previously, Mr. Arnstein assisted the department in developing an Imaging Master Plan, as well as selecting and implementing document imaging and digital mug shot systems. Assistant Chief Karl Godsey Honolulu Police Department 801 South Beretania Street Honolulu, Hawaii 96813 -2501 808 -529 -3646 K9odsey@co,honoIuIu.hi.us 757n4l75436(doc) 22 C TG Conwlunn 9 1] Cincinnati emphasized functionality and integration with multiple regional public safety systems. 9 City of Kansas County. Missouri — Integrated Public Safety Systems Planning, Selection. and Implementation Mr. Arnstein led the project with the City of Kansas City, Missouri, to evaluate the multiple Computer -Aided Dispatch /Records Management System (CAD /RMS) systems used by the Police, Fire, Municipal Court, Jail, and EMS Departments. The assignment included evaluating the feasibility of utilizing the CAD system to support Public Works. A significant issue in the project was determining the strategy for ALERT, a multistate regional law enforcement information system that serves as the department's current RMS. A comprehensive RFP for a new enterprise CAD /RMS /Jail Management System (JMS) system was developed. The new system integrates with mobile data computers (MDCs) via the 800 MHz radio system and with other systems, including mug shots, fingerprinting, document imaging, and automated field reporting. Other elements of the project included assisting in the system selection, negotiating a multimillion dollar system contract, and providing extensive project implementation support. The new enterprise system will replace the multiple system approach with an integrated solution that will provide greater functionality and improved public safety operational capabilities. Mr. Rick Brisbin Information Technology Department 1111 Locust, Third Floor Kansas City, Missouri 64106 -2623 816 -513 -3663 rick_brisbin@kcmo.org Cincinnati Police Department, Cincinnati Ohio — Computer -Aided Dispatch /Records Management System (CAD /RMS) Replacement Mr. Arnstein led the project with the Cincinnati Police Department to plan for and select new CAD and RMS systems. The original scope of work for RMS was expanded to include CAD. The RMS business processes were documented and analyzed, and numerous opportunities for improvements were presented to the department command staff. The CAD system will support dispatching for Police, Fire, and the University of Cincinnati Police Department. The new systems will be interfaced to a variety of legacy and new systems, including countywide law enforcement records, employee tracking, and mobile data /automated field reporting. Lieutenant D. L. Carmichael Cincinnati Police Department 800 Evans Drive Cincinnati, Ohio 45202 -2036 513 -564 -2112 lee. carmichael @cincinnati- oh.gov 757/74/75436(doc) 23 C TG Crnwlianu G. Cost Estimate This section presents our costs to successfully conduct the scope of work defined in this proposal. As noted above, MTG believes that this is an important and also potentially complex project. Therefore, we have proposed the level of commitment and senior involvement we believe is necessary to achieve a successful outcome that enables the Orange County Integrated Law and Justice Steering Committee to achieve its project objectives and lay the foundation for continued progress. MTG proposes to conduct this project for a fixed price of $70,000. This is based an estimate of 380 professional hours. The costs include professional fees, as well as project- related expenses including travel, document preparation, communications, and other out -of- pocket expenses. MTG's hourly rates are based on job title, as follows: Senior Partner $190 to $215 Partner $170 Senior Manager $150 to $160 Manager $140 to $145 Senior Consultant $125 Consultant $105 Approximately half the proposed hours are for the senior members of the project team. As a result, the Integrated Law and Justice Steering Committee receives a very experienced project team and high value. We are willing to discuss alternative approaches to meeting Orange County's budget requirements. It is our practice to bill for our services monthly, in arrears, for the professional fees and project- related expenses incurred. 40 7s7nansasetdaci 24 C T� Co whin.