ITB-19-246-07 DGR Systems LLCCONTRA CT NO. 19-246-07
MIAMI BEACH
Procurement Department, 1755 Meridian Avenue, 3d Floor, Miami Beach, Florido 33139, www.miamibeachfl.gov, 305-673-7490
SENT VIA E-MAIL TO: ptobolski@dgrsystems.com
January 24, 2020
Phillip Tobolski
DGR Systems, LLC.
13555 Automobile Blvd. Suite 420
Clearwater, FL 33762
Phone: 813.460.5899
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (1TB) NO. 2019-
246-DF, FOR PRE-QUALIFICATION POOL FOR MICROSOFT PROFESSIONAL SERVICE
PROVIDERS.
Dear Mr. Tobolski:
On September 17, 2019, DGR Systems, LLC., (the "consultant") submitted to the City of Miami Beach,
Florida (the "City") a response to the above-referenced 1TB to be prequalified to provide services for
the following Microsoft competencies.
• Windows and Devices
The 1TB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the approval of
the City Manager's recommendation by the Mayor and City Commission shall constitute a binding
Contract between the City and the consultant.
This letter shall serve as official notice from the City that the Mayor and Commission at its December
11, 2019 meeting approved the City Manager's recommendation, pursuant to the 1TB to prequalify the
consultant to be eligible to provide services to the City for the aforementioned Microsoft Competencies.
It is important to note the work must be awarded pursuant to the roadmap established in Section 5, of
the 1TB. Further, no services may be performed until such time as the City has issued a Purchase
Order.
If you have any questions regarding this letter of notification of award, you may contact Valerie Velez,
Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305.673.7490.
Otherwise, all other questions should be addressed to the Contract Manager for this contract, Frank
Quintana, Information Technology Department, at FrankQuintana@miamibeachfl.gov or (305) 673-
7000 ext. 26150.
AD/ME/AG
We are committed to providing excellent public service and salety to all who live, work, and play in our vibrant, tropical, historic community.
RESOLUTION NO.2019-31092
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA ACCEPTING THE RECOMMENDATION OF
THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2019-
246-DF, TO ESTABLISH A POOL OF MICROSOFT CERTIFIED SERVICE
PROVIDERS TO EXPEDITE THE SELECTION OF VENDORS FOR
FUTURE INFORMATION TECHNOLOGY PROJECTS INVOLVING
MICROSOFT SERVICES,AND APPROVING THE VARIOUS MICROSOFT-
DESIGNATED COMPETENCIES,AND THE INITIAL POOL OF QUALIFIED
SERVICE PROVIDERS, AS SET FORTH IN EXHIBIT "A" TO THE
COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION;
FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB
OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL
MICROSOFT CERTIFIED SERVICE PROVIDERS,AND DELEGATING TO
THE CITY MANAGER THE AUTHORITY TO ADD SERVICE PROVIDERS
TO THE POOL, PROVIDED SUCH VENDORS MEET THE
REQUIREMENTS OF THE ITB FOR THEIR RESPECTIVE COMPETENCY;
AND FURTHER PROVIDING THAT ANY SERVICE ORDER IN EXCESS OF
100,000 FOR ANY PROJECT SHALL BE SUBJECT TO THE PRIOR
APPROVAL OF THE CITY COMMISSION.
WHEREAS,the Information Technology(IT) Department routinely utilizes a number
of Microsoft services for various City IT needs; and
WHEREAS, in accordance with Microsoft's service delivery model, the required
services are typically acquired through service providers certified by Microsoft in one or
more of the following competencies: application development; application integration; cloud
business application; cloud customer relationship management (CRM); cloud platform;
cloud productivity; collaboration and content; communication; data analytics; data platform;
data center; development and operations (DevOps); enterprise resource planning; learning;
messaging; project and portfolio management; small and midmarket cloud solutions; and
windows and devices; and
WHEREAS, because some of the needs of the IT Department are unplanned and
require a rapid response, it is in the City's best interest to have a pool of prequalified
Microsoft service providers from which the IT Department can seek proposals and quickly
deploy a service provider to address the identified needs; and
WHEREAS, based on the foregoing needs, the Administration issued Invitation to
Bid (ITB) 2019-246-DF, seeking applications from qualified firms interested in participating
in the pool of prequalified Microsoft certified service providers; and
WHEREAS, the ITB was issued on August 30, 2019, with bid opening date of
September 17, 2019; and
WHEREAS, the Procurement Department issued bid notices to 41,914 companies
utilizing www.publicpurchase.com and www.BidSync.com websites, which resulted in the
receipt of responses from the following fourteen (14) firms for various competencies, as
indicated more fully in Exhibit "A" to the Commission Memorandum accompanying this
Resolution: Centric Consulting, LLC; Persepta, LLC;Axtegrity Consulting; Smartek2l LLC;
Tallan, Inc.; Forsyte IT Solutions; DGR Systems LLC; Cloud Navigator, Inc.; eMazzanti
Technologies; Computer Solutions East, Inc.; C2S Technologies Inc.; Netwise USA, Inc.;
Daruma Tech; and Powersolv Inc.; and
WHEREAS,the Administration has verified that each of the firms that responded to
the ITB are responsive and meet the requirements of the ITB; and
WHEREAS, although eMazzanti Technologies submitted a response for various
categories, the firm is only certified by Microsoft in the cloud platform competency;
accordingly, its submission for the other competencies had to be rejected, because the firm
is not certified by Microsoft for those competencies, as required by the ITB;
WHEREAS, when a need arises, the IT Department will seek proposals from all
prequalified firms for one or more of the applicable competencies as stated in Attachment
A; and
WHEREAS, for service orders up to $100,000, the approval of the City Manager or
designee will be required in accordance with the City Manager's existing delegated
procurement authority under the City Code; service orders exceeding $100,000 will be
submitted to the City Commission for its consideration; and
WHEREAS, to maximize competition among the prequalified firms, the
Administration is recommending that the ITB remain open, to permit the City Manager to
prequalify additional firms as part of the pool, provided that such firms meet all of the
requirements of the ITB.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission hereby accept the recommendation of the City Manager, pursuant to Invitation
to Bid (ITB) 2019-246-DF, to establish a pool of Microsoft certified service providers to
expedite the selection of vendors for future Information Technology Projects involving
Microsoft services, and approving the various Microsoft-designated competencies, and the
initial pool of qualified service providers, as set forth in Exhibit "A" to the Commission
Memorandum accompanying this Resolution;further, authorizing the City Manager to keep
the ITB open for the purpose of prequalifying additional Microsoft certified service
providers, and delegating to the City Manager the authority to add service providers to the
pool, provided such vendors meet the requirements of the ITB for their respective
competency; and further providing that any Service Order in excess of $100,000 for any
Project shall be subject to the prior approval of the City Commission.
PASSED AND ADOPTED this 11 day of pecCrr Ge 2019.
Dan Gelber, Mayo..
ATTEST:
2419t )t.91
Rafael E. Granado, City Clerk
INCORP OR.ATEO
J ..• _" APPROVED AS TO
Q .°
H
FORM &LANGUAGE
2 `
FOR EXECUTION
tt
City Attorney ozpe ®ti
Resolutions -C7 J
MIAMI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Jimmy L. Morales, City Manager
DATE: December 11, 2019
SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA ACCEPTING THE RECOMMENDATION OF
THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2019-246-
DF, TO ESTABLISH A POOL OF MICROSOFT CERTIFIED SERVICE
PROVIDERS TO EXPEDITE THE SELECTION OF VENDORS FOR
FUTURE INFORMATION TECHNOLOGY PROJECTS INVOLVING
MICROSOFT SERVICES, AND APPROVING THE VARIOUS MICROSOFT-
DESIGNATED COMPETENCIES, AND THE INITIAL POOL OF QUALIFIED
SERVICE PROVIDERS, AS SET FORTH IN EXHIBIT "A" TO THE
COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION;
FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN
FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL MICROSOFT
CERTIFIED SERVICE PROVIDERS, AND DELEGATING TO THE CITY
MANAGER THE AUTHORITY TO ADD SERVICE PROVIDERS TO THE
POOL, PROVIDED SUCH VENDORS MEET THE REQUIREMENTS OF
THE ITB FOR THEIR RESPECTIVE COMPETENCY; AND FURTHER
PROVIDING THAT ANY SERVICE ORDER IN EXCESS OF $100,000 FOR
ANY PROJECT SHALL BE SUBJECT TO THE PRIOR APPROVAL OF THE
CITY COMMISSION.
RECOMMENDATION
Adopt the Resolution.
BACKGROUND/HISTORY
The Information Technology (IT) Department routinely utilizes a number of Microsoft services
that support and develop many of the City's software programs, including the City's Intranet. In
accordance with Microsoft's service delivery model, the required services are typically acquired
through Microsoft certified service providers. Microsoft groups service offerings into categories
it refers to as competencies. The services most often required by the City, or potentially
required in the future, fall into one of the following competencies: application development;
application integration; cloud business application; cloud customer relationship management
CRM); cloud platform; cloud productivity; collaboration and content; communication; data
analytics; data platform; data center; development and operations (DevOps); enterprise
resource planning; learning; messaging; project and portfolio management; small and midmarket
Page 258 of 720
cloud solutions; and, windows and devices. For each service category, Microsoft certifies third-
party service providers as either silver or gold certified. Silver partner certification requires
demonstrating the highest and most specialized ability and commitment in a specific business
solution area. Microsoft recognizes companies awarded the Silver Competency for offering the
best solutions to customers and for undertaking a rigorous and auditable approval process. A
business which has earned a Silver Competency is among the top 5% of Microsoft partners
worldwide. Gold partner certification is awarded to companies that have demonstrated a very
high level of expertise and a proven and specialized skill set in a particular technology or service
area. Gold Competency is the highest Microsoft certification. Microsoft Partners with a Gold
Competency are recognized for their commitment to solidifying customer relationships by
offering innovative and effective business solutions to their customers. A business which has
earned a Gold Competency is among the top 1% of Microsoft Partners worldwide. Microsoft's
certification process for partner companies is rigorous and requires regular auditing to ensure
that partner companies are maintaining and delivering a high degree of skill, proficiency, and
experience to their customers. The City's IT Department requires that the service providers it
utilizes have attained gold certified status because of their deep technical acumen, highly trained
and certified Microsoft solutions engineers and rigorously vetted qualifications by Microsoft.
Often, the City will require that a Microsoft certified partner be available to provide services
expeditiously for a wide variety of needs, including but not limited to: Application Development,
Application Integration, Customer Relationship Management, Cloud, Collaboration Platforms,
Communications, Data Analytics, Data Platforms, Data Center, Dev Ops, Enterprise Mobility,
Enterprise Resource Planning, Learning, Messaging, Project Management, Windows and
Devices. Because some of the needs are unplanned and require a quick response, it is in the
City's best interest to have a pool of prequalified Microsoft gold-certified service providers from
which the IT Department can seek proposals and quickly deploy a service provider to address
the identified need. For this reason, the Administration is seeking to create a pool of prequalified
Microsoft gold-certified service providers for each of the competencies noted above.
When a need arises, the IT Department will seek proposals from all prequalified firms for one or
more of the applicable competencies. For service orders up to $100,000, the approval of the
City Manager, or designee, will be required. Service orders exceeding $100,000 will be
submitted to the City Commission for its consideration and approval. To maximize competition
among the certified firms, the Administration is recommending that firms be allowed to submit
prequalification applications throughout the term of the contract. The City Manager, after
deeming that a firm is qualified to perform the work, would approve the addition of the newly
qualified firm into the pool(s)for one or more of the applicable competencies.
ANALYSIS
To achieve the desired goals stated above, the Administration issued Invitation to Bid (ITB)
2019-246-DF for the establishment of pools of pre-qualified contractors for each of the
following Microsoft competencies identified above.
The purpose of the ITB is to establish a contract, by means of sealed applications, with
qualified firm(s) for the establishment of pre-qualified pools of Microsoft professional service
providers. The pre-qualified pools established shall effectively create a source of viable firm(s)
from which the Information Technology (IT) Department may issue Invitation-to-Quotes (I TQs)
for various City ad hoc Microsoft-related projects during the term of the contract.
Page 259 of 720
The qualified firm(s) would be added to one, or any number, of the available 19 competencies
Application Development, Application Integration, Cloud Business Application (PC Only),
Cloud Customer Relationship Management (CRM), Cloud Platform, Cloud Productivity,
Collaboration and Content, Communication, Data Analytics, Data Platform, Data Center, Dev
Ops, Enterprise Resource Planning, Learning, Messaging, Project and Portfolio Management,
Small and Midmarket Cloud Solutions, and Windows and Devices) offered for certification
within the Microsoft Partner Network (the "Network") for which the firm shows evidence of
holding Gold certified status within the Network. Further, at any time, the City, through the
approval of the City Manager, may accept applications and add additional or remove firms to the
list of prequalified firms during the term of the contract.
ITB PROCESS
The ITB was issued on August 30, 2019, with bid opening date of September 17, 2019. The
Procurement Department issued bid notices to 41,914 companies utilizing
www.publicpurchase.com and www.BidSync.com websites. 182 prospective bidders accessed
the advertised solicitation. The notices resulted in the receipt of fourteen (14) responses from:
Centric Consulting, LLC, Persepta, LLC, Axtegrity Consulting, Smartek2l LLC, Tallan, Inc.,
Forsyte IT Solutions, DGR Systems LLC, Cloud Navigator, Inc., eMazzanti Technologies,
Computer Solutions East, Inc., C2S Technologies Inc., Netwise USA, Inc., Daruma Tech, and
Powersolv Inc. The Microsoft competency for which each firm has submitted a proposal is
included in Attachment A.
Staff has confirmed compliance with the requirements of the ITB by each of the firms
submitting a response. eMazzanti Technologies submitted a response for Data Center, Small
and Midmarket Cloud Solutions, Cloud Productivity, and Cloud Platform categories; however,
with the exception of the Cloud Platform competency, the, responses for the other
competencies had to be 'rejected because the firm is not certified by Microsoft for those,
competencies as required at this by the ITB.
FINANCIAL INFORMATION
The costs of the related services are subject to funds availability approved through the City's
budgeting process. Grant funding will not be utilized for this project.
CONCLUSION
I concur with staff that it is in the best interest of the City to have a pool of pre-qualified Microsoft
gold-certified service providers from which proposals can be sought to quickly deploy a service
provider to address an identified technology need of the City. Otherwise, redundant and time-
consuming efforts would be required to seek proposals and qualify firms each time a need was
identified. In order to continue to maximize competition by continuing to add firms to each of the
Microsoft identified competencies, I recommend that the period for submitting applications be
extended to be consistent with the term of the contract. New applicants that meet the ITB
requirements will be added to the pool for which it is certified. Firms that lose certification or do
not perform well will be removed from the pool. Further, any service order exceeding the City
Manager's authority of$100,000 will be submitted to the City Commission for approval.
Therefore, I recommend that the Mayor and City Commission of the City of Miami Beach,
Florida approve the Resolution accepting the recommendation of the City Manager, pursuant to
Invitation to Bid (ITB) 2019-246-DF, to establish a pool of Microsoft certified service providers
Page 260 of 720
to expedite the selection of vendors for future Information Technology Projects involving
Microsoft services, and approving the various Microsoft-designated competencies, and the
initial pool of qualified service providers, as set forth in Exhibit "A" to the Commission
Memorandum accompanying this Resolution; further, authorizing the City Manager to keep the
ITB open for the purpose of prequalifying additional Microsoft certified service providers, and
delegating to the City Manager the authority to add service providers to the pool, provided such
vendors meet the requirements of the ITB for their respective competency; and further
providing that any Service Order in excess of $100,000 for any Project shall be subject to the
prior approval of the City Commission.
Applicable Area
Citywide
Is this a Resident Right to Does this item utilize G.O.
Know item? Bond Funds?
No No
Legislative Tracking
Information Technology/Procurement
ATTACHMENTS:
Description
Exhibit A
Resolution
Page 261 of 720
ATTACHMENT A
Application Development Data Platform
1. Centric Consulting, LLC 1. Persepta LLC
2.Smartek 21, LLC 2.Tallan, Inc.
3.Tallan, Inc.
4. Computer Solutions East Inc.
Data Center
5. Daruma Tech, LLC 1. Centric Consulting, LLC
6. Powersolv, Inc 2. Smartek 21, LLC
7. Netwise USA, Inc. 3.Tallan, Inc.
Application Integration 4. Forsyte IT Solutions, LLC
1.Tallan, Inc.
5. Cloud Navigator, Inc.
6. Computer Solutions East Inc.
Cloud Business Application (PC Only)7. Powersolv, Inc
N/A Dev Ops
Cloud Customer Relationship Management 1.Tallan, Inc.
CRM)
Enterprise Mobility Management
N/A
Cloud Platform
1. Cloud Navigator, Inc.
2. Forsyte IT Solutions, LLC
1. Centric Consulting, LLC Enterprise Resource Planning
2.Tallan, Inc.
1. Centric Consulting, LLC
3. Forsyte IT Solutions, LLC
2.Axtegrity Consulting LLC
4. Cloud Navigator, Inc.
5. eMazzanti Technologies Learning
6. Computer Solutions East Inc.N/A
Cloud Productivity Messaging
1. Centric Consulting, LLC 1. Computer Solutions East Inc.
2.Tallan, Inc. Project and Portfolio Management
3. Cloud Navigator, Inc. N/A
4. Computer Solutions East Inc.
Small and Midmarket Cloud Solutions
5. Forsyte IT Solutions, LLC
1. Computer Solutions East Inc.
Collaboration and Content Windows and Devices
1. Centric Consulting, LLC 1. Forsyte IT Solutions, LLC
2.Smartek 21, LLC 2. DGR Systems, LLC
3.Tallan, Inc. 3. Computer Solutions East Inc.
4. Cloud Navigator, Inc.
5. Computer Solutions East Inc.
6. Powersolv, Inc
Communication
N/A
Data Analytics
1. Centric Consulting, LLC
2.Smartek 21, LLC
3.Tallan, Inc.
4. C2S Technologies Inc
Page 262 of 720
ITB 2019-246-DF
9
APPENDIX A
________________________________________________________________________
Prequalification
Application
________________________________________________________________________
2019-246-DF
Microsoft Professional Services
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2019-246-DF
10
Prequalification Application Instructions
Section 1, General. The purpose of this Prequalification Application is to establish a pool of pre-
qualified bidders for current and future Microsoft Professional Services related projects, which shall
ensure that the Information Technology Department have access to qualified vendors to ensure that
projects are awarded in a competitive manner that maximizes available funds.
Section 2, Submittal Instructions. The Consultant Prequalification Application will not be considered
until it has been submitted completed and executed by a principal of the applicant. Incomplete
applications cannot be processed. If requested information is not applicable, please indicate ''N/A'' or
''None. '' If answers to questions are lengthier than the spaces that are provided in the application, the
answers may be provided on additional pages, which must be attached to the application. All
requested documents must also be attached to the application. Failure to attach all requested
documents will delay review and approval of the application.
Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the
applications to:
City of Miami Beach
Procurement Department
Attention: ITB 2019-246-DF
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
The City reserves the right to request clarifications or additional information as deemed necessary to
evaluate an applicant’s qualifications. When clarifications or additional information is requested by the
City, Applicants will have seven (7) business days to provide, in full, all the requested information.
Failure to provide the information within the prescribed time will delay the review process and may
result in denial of prequalification.
Section 3, Deadline For Submittal. There is no deadline for the submittal of applications. However,
the initial review of applications shall begin 15 days after issuance of this ITB. Applications submitted
after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete
the review of each application within 60 days of receipt.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
ITB 2019-246-DF
11
Part A – General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS:
NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:
ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
APPLICANT FIRM IS:
_____CORPORATION / _____PARTNERSHIP / _____SOLE PROPRIETORSHIP / _____OTHER (If other,
specify:______________________________)
Part B – Category of Work.
Provide checkmark on at least one (1) of the following Microsoft competencies for which the bidder is a
Microsoft Gold partner. Submit documentation for all that apply.
Competency Competency
Application Development Data Center
Application Integration Dev Ops
Cloud Business Application (PC
Only) Enterprise Mobility Management
Cloud Customer Relationship
Management (CRM) Enterprise Resource Planning
Cloud Platform Learning
Cloud Productivity Messaging
Collaboration and Content Project and Portfolio Management
Communication Small and Midmarket Cloud
Solutions
Data Analytics Windows and Devices
Data Platform
ITB 2019-246-DF
12
Part C – Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer
of the company, below. Submit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
2. Provide three (3) projects similar in size and scope (e.g. Microsoft-related services that the
applicant has completed in the last five (5) years.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
3. Has the applicant company´s certification(s) been revoked during the last five (5) years?
YES NO
If yes, why?
4. Have any owners, directors, officers, or agents of the applicant company had any certification
revoked during the last five (5) years?
YES NO
If yes, why?
5. Is the applicant company currently barred by a governmental agency, from bidding work as a
prime or subconsultant?
YES NO
If yes, state debarment period and the reason(s) for debarment?
ITB 2019-246-DF
13
6. Has the applicant company or any of its owners, directors, officers, or agents been convicted of
a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5)
years?
YES NO
If yes, why?
7. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on work?
YES NO
If yes, state the name of the affiliate?
8. Is the applicant company a parent, subsidiary, or holding company for another company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
9. Is an owner, director, officer, or agent of the applicant company affiliated with another company?
YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual´s name Affiliated company´s name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
10. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the
last five (5) years?
YES NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to):
the original petition, including the case number and the date that the petition was filed; a copy of the
ITB 2019-246-DF
14
bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was
issued.
11. Has any owner, director, officer, or agent for the applicant company, or has any business
organization in which any such person was an owner, director, officer, or agent filed for or
been discharged in bankruptcy within the past five (5) years?
YES NO
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7
case, a copy of the notice of commencement.
12. Has any owner, director, officer, or agent of the applicant company owned or managed a company
under any other name in the last five (5) years?
YES NO
If yes, explain.
13. Has the applicant company been assessed or paid any fines on any project during the past five (5)
years, whether the project was publicly or privately owned?
YES NO
If yes, explain.
14. Are there currently any liens, suits, or judgments of record pending against any owner,
director, officer, or agent for the company that is related to the business activities of a business
organization?
YES NO
If yes, explain.
ITB 2019-246-DF
15
15. Has the applicant company or any of its owners, officers, or partners ever been convicted
(criminal) or found liable (civil) for making either a false claim or material misrepresentation to any
public agency or entity?
If yes, explain.
16. Has the applicant company or any of its owners, officers, or partners ever been convicted
of any a federal or state crime?
YES NO
If yes, explain.
17. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and
child) of any officer, director, employee or agent, an employee of the City of Miami Beach?
YES NO
If yes, state name, title and share of ownership
Name Title Share (%) of Ownership
18. Has the applicant, or any officer, director, employee or agent, contributed to the campaign either
directly or indirectly, of a candidate who has been elected to the office of Mayor or City
Commissioner for the City of Miami Beach?
YES NO
If yes, provide details.
19. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code"). Does the applicant maintain a corporate code
of business ethics?
YES NO
19a. If yes, attach. If no, will the applicant accept the City’s code of ethics (available at available at
http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-
procedures)?
YES NO
20. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business
ITB 2019-246-DF
16
unless the business represents that it does not and will not engage in a boycott as defined in
Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to
deal with a person or entity when such action is based on race, color, national origin, religion, sex,
intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. Does
the applicant agree to be comply with this prohibition?
YES NO
21. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the
State of Florida Department of Management Services or a service-disabled veteran business
enterprise (certified by the United States Department of Veterans Affairs).
YES NO
Certifying Agency Certification Type
22. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi.
Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or
services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to
be prequalified sourced in North Carolina or Mississippi?
YES NO
If yes, which brands.
23. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases
hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-
3494 that requires bidders with more than 51 employees and City volume greater than $100,000 to
provide “Equal Benefits” to their employees with domestic partners, as they provide to employees
with spouses. The Ordinance applies to all employees of a bidder who works within the City limits of
the City of Miami Beach, Florida; and the Consultant’s employees located in the United States, but
outside of the City of Miami Beach limits, who are directly performing work on the contract within
the City of Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of
employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners* or to domestic partners of employees?
YES NO
C. Please check all benefits that apply to your answers above and list in the “other” section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such
as medical insurance.
BENEFIT Company Provides
for Employees with
Company Provides
for Employees with
Company does not
Provide Benefit
ITB 2019-246-DF
17
Spouses Domestic Partners
Health
Sick Leave
Family Medical Leave
Bereavement Leave
23. Fair Chance Requirement. Bidder certifies that it has adopted policies, practices and standards consistent
with the City’s Fair Chance Ordinance, pursuant to Section 2-376 of the City Code. Bidder agrees to provide
the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that
any breach of the representations made herein shall constitute a material breach of contract, and shall entitle
the City to the immediate termination for cause of the agreement, in addition to any damages that may be
available at law and in equity. Failure to agree shall result in proposal disqualification.
YES NO
APPLICANT AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing
Consultant Prequalification Certification Application, and that the contents of said document(s) are complete,
true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a
notarized statement whenever a change occurs in the ownership, management, or financial condition of
the company. Further, any prequalification applicant, including its principal(s), director(s), and any affiliate,
who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be
declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any
other penalties prescribed by law.
The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any Addenda
released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3) that all information
contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records
Laws; 4) that all responses, data and information contained in the proposal are true and accurate.
Name:
Title (must be a principal of the applicant):
Signature:
Date:
ITB 2019-246-DF
9
APPENDIX A
________________________________________________________________________
Prequalification
Application
________________________________________________________________________
2019-246-DF
Microsoft Professional Services
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2019-246-DF
10
Prequalification Application Instructions
Section 1, General. The purpose of this Prequalification Application is to establish a pool of pre-
qualified bidders for current and future Microsoft Professional Services related projects, which shall
ensure that the Information Technology Department have access to qualified vendors to ensure that
projects are awarded in a competitive manner that maximizes available funds.
Section 2, Submittal Instructions. The Consultant Prequalification Application will not be considered
until it has been submitted completed and executed by a principal of the applicant. Incomplete
applications cannot be processed. If requested information is not applicable, please indicate ''N/A'' or
''None. '' If answers to questions are lengthier than the spaces that are provided in the application, the
answers may be provided on additional pages, which must be attached to the application. All
requested documents must also be attached to the application. Failure to attach all requested
documents will delay review and approval of the application.
Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the
applications to:
City of Miami Beach
Procurement Department
Attention: ITB 2019-246-DF
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
The City reserves the right to request clarifications or additional information as deemed necessary to
evaluate an applicant’s qualifications. When clarifications or additional information is requested by the
City, Applicants will have seven (7) business days to provide, in full, all the requested information.
Failure to provide the information within the prescribed time will delay the review process and may
result in denial of prequalification.
Section 3, Deadline For Submittal. There is no deadline for the submittal of applications. However,
the initial review of applications shall begin 15 days after issuance of this ITB. Applications submitted
after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete
the review of each application within 60 days of receipt.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
ITB 2019-246-DF
11
Part A – General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS:
NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:
ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
APPLICANT FIRM IS:
_____CORPORATION / _____PARTNERSHIP / _____SOLE PROPRIETORSHIP / _____OTHER (If other,
specify:______________________________)
Part B – Category of Work.
Provide checkmark on at least one (1) of the following Microsoft competencies for which the bidder is a
Microsoft Gold partner. Submit documentation for all that apply.
Competency Competency
Application Development Data Center
Application Integration Dev Ops
Cloud Business Application (PC
Only) Enterprise Mobility Management
Cloud Customer Relationship
Management (CRM) Enterprise Resource Planning
Cloud Platform Learning
Cloud Productivity Messaging
Collaboration and Content Project and Portfolio Management
Communication Small and Midmarket Cloud
Solutions
Data Analytics Windows and Devices
Data Platform
ITB 2019-246-DF
12
Part C – Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer
of the company, below. Submit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
2. Provide three (3) projects similar in size and scope (e.g. Microsoft-related services that the
applicant has completed in the last five (5) years.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
3. Has the applicant company´s certification(s) been revoked during the last five (5) years?
YES NO
If yes, why?
4. Have any owners, directors, officers, or agents of the applicant company had any certification
revoked during the last five (5) years?
YES NO
If yes, why?
5. Is the applicant company currently barred by a governmental agency, from bidding work as a
prime or subconsultant?
YES NO
If yes, state debarment period and the reason(s) for debarment?
ITB 2019-246-DF
13
6. Has the applicant company or any of its owners, directors, officers, or agents been convicted of
a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5)
years?
YES NO
If yes, why?
7. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on work?
YES NO
If yes, state the name of the affiliate?
8. Is the applicant company a parent, subsidiary, or holding company for another company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
9. Is an owner, director, officer, or agent of the applicant company affiliated with another company?
YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual´s name Affiliated company´s name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
10. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the
last five (5) years?
YES NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to):
the original petition, including the case number and the date that the petition was filed; a copy of the
ITB 2019-246-DF
14
bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was
issued.
11. Has any owner, director, officer, or agent for the applicant company, or has any business
organization in which any such person was an owner, director, officer, or agent filed for or
been discharged in bankruptcy within the past five (5) years?
YES NO
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7
case, a copy of the notice of commencement.
12. Has any owner, director, officer, or agent of the applicant company owned or managed a company
under any other name in the last five (5) years?
YES NO
If yes, explain.
13. Has the applicant company been assessed or paid any fines on any project during the past five (5)
years, whether the project was publicly or privately owned?
YES NO
If yes, explain.
14. Are there currently any liens, suits, or judgments of record pending against any owner,
director, officer, or agent for the company that is related to the business activities of a business
organization?
YES NO
If yes, explain.
ITB 2019-246-DF
15
15. Has the applicant company or any of its owners, officers, or partners ever been convicted
(criminal) or found liable (civil) for making either a false claim or material misrepresentation to any
public agency or entity?
If yes, explain.
16. Has the applicant company or any of its owners, officers, or partners ever been convicted
of any a federal or state crime?
YES NO
If yes, explain.
17. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and
child) of any officer, director, employee or agent, an employee of the City of Miami Beach?
YES NO
If yes, state name, title and share of ownership
Name Title Share (%) of Ownership
18. Has the applicant, or any officer, director, employee or agent, contributed to the campaign either
directly or indirectly, of a candidate who has been elected to the office of Mayor or City
Commissioner for the City of Miami Beach?
YES NO
If yes, provide details.
19. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code"). Does the applicant maintain a corporate code
of business ethics?
YES NO
19a. If yes, attach. If no, will the applicant accept the City’s code of ethics (available at available at
http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-
procedures)?
YES NO
20. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business
ITB 2019-246-DF
16
unless the business represents that it does not and will not engage in a boycott as defined in
Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to
deal with a person or entity when such action is based on race, color, national origin, religion, sex,
intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. Does
the applicant agree to be comply with this prohibition?
YES NO
21. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the
State of Florida Department of Management Services or a service-disabled veteran business
enterprise (certified by the United States Department of Veterans Affairs).
YES NO
Certifying Agency Certification Type
22. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi.
Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or
services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to
be prequalified sourced in North Carolina or Mississippi?
YES NO
If yes, which brands.
23. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases
hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-
3494 that requires bidders with more than 51 employees and City volume greater than $100,000 to
provide “Equal Benefits” to their employees with domestic partners, as they provide to employees
with spouses. The Ordinance applies to all employees of a bidder who works within the City limits of
the City of Miami Beach, Florida; and the Consultant’s employees located in the United States, but
outside of the City of Miami Beach limits, who are directly performing work on the contract within
the City of Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of
employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners* or to domestic partners of employees?
YES NO
C. Please check all benefits that apply to your answers above and list in the “other” section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such
as medical insurance.
BENEFIT Company Provides
for Employees with
Company Provides
for Employees with
Company does not
Provide Benefit
ITB 2019-246-DF
17
Spouses Domestic Partners
Health
Sick Leave
Family Medical Leave
Bereavement Leave
23. Fair Chance Requirement. Bidder certifies that it has adopted policies, practices and standards consistent
with the City’s Fair Chance Ordinance, pursuant to Section 2-376 of the City Code. Bidder agrees to provide
the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that
any breach of the representations made herein shall constitute a material breach of contract, and shall entitle
the City to the immediate termination for cause of the agreement, in addition to any damages that may be
available at law and in equity. Failure to agree shall result in proposal disqualification.
YES NO
APPLICANT AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing
Consultant Prequalification Certification Application, and that the contents of said document(s) are complete,
true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a
notarized statement whenever a change occurs in the ownership, management, or financial condition of
the company. Further, any prequalification applicant, including its principal(s), director(s), and any affiliate,
who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be
declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any
other penalties prescribed by law.
The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any Addenda
released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3) that all information
contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records
Laws; 4) that all responses, data and information contained in the proposal are true and accurate.
Name:
Title (must be a principal of the applicant):
Signature:
Date:
[THIS PAGE IS LEFT INTENTIONALLY BLANK]
ITB 2019-246-DF
2
TABLE OF CONTENTS
SECTIONS: PAGE
0100 GENERAL INFORMATION & SCOPE OF WORK ......................................................... 3
APPENDICES:
APPENDIX A PREQUALIFICATION APPLICATION ............................................................. 9
ITB 2019-246-DF
3
SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK
1. PURPOSE. The City of Miami Beach, Florida (the “City”) is seeking to prequalify firms that have
been certified by Microsoft as Gold Certified Partners, to provide to the City services in one or more of
the following categories:
Application Development Data Center
Application Integration Dev Ops
Cloud Business Application (PC Only) Enterprise Mobility Management
Cloud Customer Relationship Management
(CRM) Enterprise Resource Planning
Cloud Platform Learning
Cloud Productivity Messaging
Collaboration and Content Project and Portfolio Management
Communication Small and Midmarket Cloud Solutions
Data Analytics Windows and Devices
Data Platform
Bidders that are not certified by Microsoft as Gold Partners in one of the above referenced categories
will not be considered. When the City departments require assistance with any of the categories of
services identified above, proposals may be solicited from the prequalified firms. Firms interested in
being included in the pool of prequalified firms, must submit a Consultant Prequalification Application
(attached as “Appendix A”) in accordance with Section 0200. When services are required, the City will
issue an Invitation to Quote to all firms, in good standing with the City, who have been prequalified for
a particular category.
The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and
document fulfillment, including the issuance of any addendum to this ITB. Any prospective bidder who
has received this ITB by any means other than through BidSync is solely responsible for registering
immediately with Bidsync to assure it receives any addendum issued to this ITB. Additionally, prior to
submittal of the bid, bidder shall verify that it has received and complied with all addenda issued.
Failure to receive an addendum, or comply with an addendum requirement, may result in
disqualification of bid submitted.
ITB 2019-246-DF
4
2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the
process that the City will utilize to award work pursuant to the prequalification process.
2. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be
submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all
correspondence.
Procurement Contact: Telephone: Email:
Danny Flores 305-673-7000 x26652 dannyflores@miamibeachfl.gov
The City Clerk is to be copied on all communications via e-mail at:
RafaelGranado@miamibeachfl.gov; or via facsimile: 786-394-4188.
3. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive,
responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award, as
deemed in the best interest of the City, to the City Manager for his consideration. After considering the
staff recommendation for award, the City Manager shall exercise his due diligence and recommend to
the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the
City. The City Commission shall consider the City Manager’s recommendation(s) and, may approve or
reject the City Manager’s recommendation(s). The City Commission may also reject all bids
received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City
Code, the City may consider the following:
ITB 2019-246-DF
5
The ability, capacity and skill of the bidder or applicant to perform the Contract.
Whether the bidder or applicant can perform the Contract within the time specified,
without delay or interference.
The character, integrity, reputation, judgment, experience and efficiency of the bidder
or applicant.
The quality of performance of previous contracts.
The previous and existing compliance by the bidder or applicant with laws and
ordinances relating to the Contract.
PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF
PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY
MANAGER.
3.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2),
one (1) year renewal terms, providing that the required certification is still valid.
4. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through
the approval of the City Manager, may accept applications and add additional firms to the list of
prequalified firms.
5. AWARDING WORK. When the need for services arises, prequalified consultants, for the applicable
category, that are in good standing may be invited to submit statements of work (SOW) and costs
based on an Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the consultant shall
include a clear description of the work to be performed (with specific and timed deliverables) and the
related costs by deliverable. The City will select the prequalified consultant that offers the best
combination of services and cost, solely at the discretion of the City.
ITB 2019-246-DF
6
6. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer
service delivery and expects the prequalified bidder to provide the best possible customer service to
any and all awarded projects throughout the term of the contract. The prequalified bidder’s project
manager is responsible for monitoring the customer service provided to City by prequalified bidder’s
staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the
prequalified bidder will provide and maintain the highest quality of customer service possible during
completion of the project(s). Project-specific deliverables and expectations shall be defined on a
project-by-project basis, as specified in each ITQ.
At a minimum, the prequalified bidder(s) must provide the following levels of support for all awarded
projects: (i) Microsoft’s standard software warranty; (ii) Corrective support required to assist in the
resolution of identifiable and reproducible software problems; and, (iii) Provide access to software
patches, a symptom solution database, software licenses, maintenance and services descriptions,
specifications, technical literature, etc. Normal working hours are considered to be Monday thru
Friday, 8am-5pm.
7. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should
be understood, as a result of a pre-qualification. The City reserves the right to purchase any
goods and/or services awarded from any resulting agreement, or another governmental contract, or
on an as-needed basis through the City’s spot market purchase provisions.
8. WARRANTY. The Microsoft standard warranty shall cover all software, and the awarded bidders’
warranty shall cover Value-added services provided under this the Contract. The Microsoft standard
warranty is required to provide coverage against defective software, workmanship, and failure to
perform in accordance with the specifications and required performance criteria. The Microsoft and
awarded bidders’ warranty coverage must be identical to or exceed the most inclusive of those
normally provided for the commodities and contractual services specified herein that are sold to the
City. Should the Microsoft or awarded bidders’ warranty conflict with any requirements, specifications,
terms, or conditions of the Contract, the Contract terms and conditions shall prevail.
9. INTELLECTUAL PROPERTY. The parties do not anticipate that any Intellectual Property will be
developed or created as a result of the Contract. However, in such case as it is developed or created,
any Intellectual Property developed or created as a result of the Contract will belong to and be the
sole property of the City. This provision will survive the termination or expiration of the Contract.
10. DOCUMENTATION FOR LICENSES. Upon request, the prequalified bidder is to provide to the
City, at the prequalified bidder’s expense, access to electronic copies of license documentation
including, but not limited to, City license confirmation certifications. Access to this documentation is
not to require a user ID or password and must be available for the City to share with their employees,
for business purposes, as appropriate.
11. STANDARD TERMS AND CONDITIONS. The City’s Standard Terms and Conditions for Service
Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and-
conditions/) are referenced and incorporated herein
ITB 2019-246-DF
7
12. INSURANCE REQUIREMENT. Prior to the issuance of a work order, the successful firm shall
furnish and maintain for the duration of the engagement, the following insurance requirements. The
maintenance of proper insurance coverage is a material element of the contract and failure to
maintain or renew coverage may be treated as a material breach of the contract, which could result in
withholding of payments or termination of the contract.
A. Worker’s Compensation Insurance for all employees of the vendor as
required by Florida Statute 440, and Employer Liability Insurance for bodily
injury or disease.
B. Commercial General Liability Insurance on an occurrence basis, including
products and completed operations, property damage, bodily injury and
personal & advertising injury with limits no less than $1,000,000 per
occurrence, and $2,000,000 general aggregate.
C. Automobile Liability Insurance covering any automobile, if vendor has no
owned automobiles, then coverage for hired and non-owned automobiles,
with limit no less than $1,000,000 combined per accident for bodily injury and
property damage.
12.1 Additional Insured - City of Miami Beach must be included by endorsement as an
additional insured with respect to all liability policies (except Professional Liability and
Workers’ Compensation) arising out of work or operations performed on behalf of the
Consultant including materials, parts, or equipment furnished in connection with such work or
operations and automobiles owned, leased, hired or borrowed in the form of an endorsement
to the Consultant’s insurance.
12.2 Notice of Cancellation - Each insurance policy required above shall provide that
coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS
Insurance Compliance Services.
12.3 Acceptability of Insurers – Insurance must be placed with insurers with a current A.M.
Best rating of A:VII or higher. If not rated, exceptions may be made for members of the
Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are
licensed and authorized to do insurance business in the State of Florida.
12.4 Verification of Coverage – Consultant shall furnish the City with original certificates and
amendatory endorsements, or copies of the applicable insurance language, effecting
coverage required by this contract. All certificates and endorsements are to be received and
approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant’s obligation to provide
them. The City reserves the right to require complete, certified copies of all required
insurance policies, including endorsements, required by these specifications, at any time.
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O. Box 4668 – ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing
ITB 2019-246-DF
8
agent, EXIGIS, at: certificates-miamibeach@riskworks.com
12.5 Special Risks or Circumstances - The City of Miami Beach reserves the right to modify
these requirements, including limits, based on the nature of the risk, prior experience, insurer,
coverage, or other special circumstances. Compliance with the foregoing requirements shall
not relieve the vendor of his liability and obligation under this section or under any other
section of this agreement.
13. BINDING AGREEMENT. By virtue of submitting an application for the City’s consideration, the
applicant agrees that the applications shall be considered an offer on the part of the bidder or
applicant, which offer shall be deemed accepted upon approval of applicant’s prequalification status
by City Manager or City Commission. Further, applicant agrees that, upon approval of the applicant or
bidder’s application by the City Manager or City Commission’s approval, a binding Agreement shall be
established between the City and the approved bidder. The Agreement shall be comprised of the
following documents, and in the following order:
First, the Purchase Order issued by the City; then,
Second, the Consultant Service Order signed by the City Manager; then,
Third, the Invitation to Quote (ITQ) awarded to the vendor; then,
Fourth the ITB, including all documents released in connection with the ITB,
including all appendixes and addenda, whether included herein or released
under separate cover.
In case of default on the part of the Successful Bidder, after said award, the City may take such action
as it deems appropriate, including legal action, for damages or specific performance.
ITB 2019-246-DF
9
APPENDIX A
________________________________________________________________________
Prequalification
Application
________________________________________________________________________
2019-246-DF
Microsoft Professional Services
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2019-246-DF
10
Prequalification Application Instructions
Section 1, General. The purpose of this Prequalification Application is to establish a pool of pre-
qualified bidders for current and future Microsoft Professional Services related projects, which shall
ensure that the Information Technology Department have access to qualified vendors to ensure that
projects are awarded in a competitive manner that maximizes available funds.
Section 2, Submittal Instructions. The Consultant Prequalification Application will not be considered
until it has been submitted completed and executed by a principal of the applicant. Incomplete
applications cannot be processed. If requested information is not applicable, please indicate ''N/A'' or
''None. '' If answers to questions are lengthier than the spaces that are provided in the application, the
answers may be provided on additional pages, which must be attached to the application. All
requested documents must also be attached to the application. Failure to attach all requested
documents will delay review and approval of the application.
Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the
applications to:
City of Miami Beach
Procurement Department
Attention: ITB 2019-246-DF
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
The City reserves the right to request clarifications or additional information as deemed necessary to
evaluate an applicant’s qualifications. When clarifications or additional information is requested by the
City, Applicants will have seven (7) business days to provide, in full, all the requested information.
Failure to provide the information within the prescribed time will delay the review process and may
result in denial of prequalification.
Section 3, Deadline For Submittal. There is no deadline for the submittal of applications. However,
the initial review of applications shall begin 15 days after issuance of this ITB. Applications submitted
after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete
the review of each application within 60 days of receipt.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
ITB 2019-246-DF
11
Part A – General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS:
NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:
ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
APPLICANT FIRM IS:
_____CORPORATION / _____PARTNERSHIP / _____SOLE PROPRIETORSHIP / _____OTHER (If other,
specify:______________________________)
Part B – Category of Work.
Provide checkmark on at least one (1) of the following Microsoft competencies for which the bidder is a
Microsoft Gold partner. Submit documentation for all that apply.
Competency Competency
Application Development Data Center
Application Integration Dev Ops
Cloud Business Application (PC
Only) Enterprise Mobility Management
Cloud Customer Relationship
Management (CRM) Enterprise Resource Planning
Cloud Platform Learning
Cloud Productivity Messaging
Collaboration and Content Project and Portfolio Management
Communication Small and Midmarket Cloud
Solutions
Data Analytics Windows and Devices
Data Platform
ITB 2019-246-DF
12
Part C – Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer
of the company, below. Submit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
2. Provide three (3) projects similar in size and scope (e.g. Microsoft-related services that the
applicant has completed in the last five (5) years.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
3. Has the applicant company´s certification(s) been revoked during the last five (5) years?
YES NO
If yes, why?
4. Have any owners, directors, officers, or agents of the applicant company had any certification
revoked during the last five (5) years?
YES NO
If yes, why?
5. Is the applicant company currently barred by a governmental agency, from bidding work as a
prime or subconsultant?
YES NO
If yes, state debarment period and the reason(s) for debarment?
ITB 2019-246-DF
13
6. Has the applicant company or any of its owners, directors, officers, or agents been convicted of
a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5)
years?
YES NO
If yes, why?
7. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on work?
YES NO
If yes, state the name of the affiliate?
8. Is the applicant company a parent, subsidiary, or holding company for another company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
9. Is an owner, director, officer, or agent of the applicant company affiliated with another company?
YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual´s name Affiliated company´s name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
10. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the
last five (5) years?
YES NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to):
the original petition, including the case number and the date that the petition was filed; a copy of the
ITB 2019-246-DF
14
bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was
issued.
11. Has any owner, director, officer, or agent for the applicant company, or has any business
organization in which any such person was an owner, director, officer, or agent filed for or
been discharged in bankruptcy within the past five (5) years?
YES NO
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7
case, a copy of the notice of commencement.
12. Has any owner, director, officer, or agent of the applicant company owned or managed a company
under any other name in the last five (5) years?
YES NO
If yes, explain.
13. Has the applicant company been assessed or paid any fines on any project during the past five (5)
years, whether the project was publicly or privately owned?
YES NO
If yes, explain.
14. Are there currently any liens, suits, or judgments of record pending against any owner,
director, officer, or agent for the company that is related to the business activities of a business
organization?
YES NO
If yes, explain.
ITB 2019-246-DF
15
15. Has the applicant company or any of its owners, officers, or partners ever been convicted
(criminal) or found liable (civil) for making either a false claim or material misrepresentation to any
public agency or entity?
If yes, explain.
16. Has the applicant company or any of its owners, officers, or partners ever been convicted
of any a federal or state crime?
YES NO
If yes, explain.
17. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and
child) of any officer, director, employee or agent, an employee of the City of Miami Beach?
YES NO
If yes, state name, title and share of ownership
Name Title Share (%) of Ownership
18. Has the applicant, or any officer, director, employee or agent, contributed to the campaign either
directly or indirectly, of a candidate who has been elected to the office of Mayor or City
Commissioner for the City of Miami Beach?
YES NO
If yes, provide details.
19. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code"). Does the applicant maintain a corporate code
of business ethics?
YES NO
19a. If yes, attach. If no, will the applicant accept the City’s code of ethics (available at available at
http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-
procedures)?
YES NO
20. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business
ITB 2019-246-DF
16
unless the business represents that it does not and will not engage in a boycott as defined in
Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to
deal with a person or entity when such action is based on race, color, national origin, religion, sex,
intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. Does
the applicant agree to be comply with this prohibition?
YES NO
21. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the
State of Florida Department of Management Services or a service-disabled veteran business
enterprise (certified by the United States Department of Veterans Affairs).
YES NO
Certifying Agency Certification Type
22. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi.
Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or
services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to
be prequalified sourced in North Carolina or Mississippi?
YES NO
If yes, which brands.
23. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases
hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-
3494 that requires bidders with more than 51 employees and City volume greater than $100,000 to
provide “Equal Benefits” to their employees with domestic partners, as they provide to employees
with spouses. The Ordinance applies to all employees of a bidder who works within the City limits of
the City of Miami Beach, Florida; and the Consultant’s employees located in the United States, but
outside of the City of Miami Beach limits, who are directly performing work on the contract within
the City of Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of
employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners* or to domestic partners of employees?
YES NO
C. Please check all benefits that apply to your answers above and list in the “other” section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such
as medical insurance.
BENEFIT Company Provides
for Employees with
Company Provides
for Employees with
Company does not
Provide Benefit
ITB 2019-246-DF
17
Spouses Domestic Partners
Health
Sick Leave
Family Medical Leave
Bereavement Leave
23. Fair Chance Requirement. Bidder certifies that it has adopted policies, practices and standards consistent
with the City’s Fair Chance Ordinance, pursuant to Section 2-376 of the City Code. Bidder agrees to provide
the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that
any breach of the representations made herein shall constitute a material breach of contract, and shall entitle
the City to the immediate termination for cause of the agreement, in addition to any damages that may be
available at law and in equity. Failure to agree shall result in proposal disqualification.
YES NO
APPLICANT AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing
Consultant Prequalification Certification Application, and that the contents of said document(s) are complete,
true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a
notarized statement whenever a change occurs in the ownership, management, or financial condition of
the company. Further, any prequalification applicant, including its principal(s), director(s), and any affiliate,
who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be
declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any
other penalties prescribed by law.
The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any Addenda
released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3) that all information
contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records
Laws; 4) that all responses, data and information contained in the proposal are true and accurate.
Name:
Title (must be a principal of the applicant):
Signature:
Date:
9/24/2019 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=271273487L0900…1/2
Department of State / Division of Corporations / Search Records / Detail By Document Number /
Document Number
FEI/EIN Number
Date Filed
Effective Date
State
Status
Detail by FEI/EIN Number
Florida Limited Liability Company
DGR SYSTEMS, LLC
Filing Information
L09000106684
27-1273487
11/05/2009
01/01/2010
FL
ACTIVE
Principal Address
13555 Automobile Blvd.
420
Clearwater, FL 33762
Changed: 04/26/2014
Mailing Address
13555 Automobile Blvd.
420
Clearwater, FL 33762
Changed: 04/26/2014
Registered Agent Name & Address
DUGGER, CHRISTOPHER J
13555 Automobile Blvd.
420
Clearwater, FL 33762
Address Changed: 04/26/2014
Authorized Person(s) Detail
Name & Address
Title MGRM
DUGGER, CHRISTOPHER J
13555 Automobile Blvd.
420
Clearwater, FL 33762
D
9/24/2019 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=271273487L0900…2/2
Title MGRM
DUGGER, AMANDA N
13555 Automobile Blvd.
420
Clearwater, FL 33762
Annual Reports
Report Year Filed Date
2017 01/25/2017
2018 01/12/2018
2019 01/17/2019
Document Images
01/17/2019 -- ANNUAL REPORT View image in PDF format
01/12/2018 -- ANNUAL REPORT View image in PDF format
01/25/2017 -- ANNUAL REPORT View image in PDF format
02/17/2016 -- ANNUAL REPORT View image in PDF format
02/22/2015 -- ANNUAL REPORT View image in PDF format
04/26/2014 -- ANNUAL REPORT View image in PDF format
03/13/2013 -- ANNUAL REPORT View image in PDF format
06/18/2012 -- ANNUAL REPORT View image in PDF format
01/18/2011 -- ANNUAL REPORT View image in PDF format
11/05/2009 -- Florida Limited Liability View image in PDF format
Florida Department of State, Division of Corporations