Loading...
ITB-19-246-12 Powersolv IncC O N T RA C T N O . 19 -2 4 6 -1 2 MIAMI BEACH Procurement Department, M755 Meridian Avenue, 3' Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305673-7490 SENT VIA E-MAIL TO: sujatha@powersolv.com January 24, 2020 Sujatha Iyer Powersolv, Inc. 181 Robert Fulton Dr., Suite 550 Reston, VA 20191 Phone: 703.230.5500 Ext. 118 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. Iyer: On September 17, 2019, Powersolv, Inc., (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. • Application Development • Data Center • Collaboration and Content 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.goy or (305) 673- 7000 ext. 26150. ei rocurement Department AD/ME/AG We are committed to providing excellent public service and salely 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: 9/25/2019 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=541756944F1500…1/3 Department of State / Division of Corporations / Search Records / Detail By Document Number / D 9/25/2019 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=541756944F1500…2/3 Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Detail by FEI/EIN Number Foreign Profit Corporation POWERSOLV, INC. Filing Information F15000004595 54-1756944 10/14/2015 VA ACTIVE REINSTATEMENT 06/19/2019 Principal Address 1801 ROBERT FULTON DRIVE, SUITE 550 RESTON, VA 20191 Mailing Address 1801 ROBERT FULTON DRIVE, SUITE 550 RESTON, VA 20191 Registered Agent Name & Address CORPORATE ACCESS, INC. 236 EAST 6TH AVENUE TALLAHASSEE,, FL 32303 Name Changed: 06/19/2019 Address Changed: 02/21/2019 Officer/Director Detail Name & Address Title CP DHAWAN, RAHUL 1801 ROBERT FULTON DRIVE, SUITE 550 RESTON, VA 20191 Annual Reports Report Year Filed Date 2017 06/19/2019 2018 06/19/2019 2019 06/19/2019 Document Images 06/19/2019 -- REINSTATEMENT View image in PDF format 10/14/2015 -- Foreign Profit View image in PDF format 9/25/2019 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=541756944F1500…3/3 Florida Department of State, Division of Corporations Response To ITB No. 2019-246-DF Pre-Qualification Pool for Microsoft Professional Service Providers Business Proposal Prepared for: City of Miami Beach Procurement Department 1755, Meridian Avenue. 3rd Floor Miami Beach, FL - 33139 Attn.: Mr. Danny Flores, Procurement Contracting Officer Phone: 305-673-7000 x26652 Email: dannyflores@miamibeachfl.gov Submitted by: Powersolv Inc. 1801 Robert Fulton Dr., Suite 550 Reston, VA 20191 Phone: 703.230.5500 | Fax: 703.230.5501 www.powersolv.com Due: September 17, 2019 @ 3:00 PM EST This response to the Invitation to Bid includes data that shall not be disclosed outside the business address listed above and shall not be duplicated, used, or disclosed—in whole or in part—for any purpose other than to evaluate this proposal. If, however, a contract is awarded to Powersolv as a result of—or in conjunction with—the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restricti on does not limit the Government’s right to use the information contained in this data if it is obtained from another source without restriction. Letter of Transmittal September 17, 2019 Mr. Danny Flores Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL - 33139 Reference: Pre-Qualification Pool for Microsoft Professional Service Provider (ITB 2019-246-DF) Dear Mr. Flores, Powersolv Inc. is pleased to respond to the City of Miami Beach’s Invitation to Bid (ITB # 2019-246-DF) titled ‘Pre-Qualification Pool for Microsoft Professional Service Provider’ through which the City will establish a pool of pre-qualified bidders for current and future Microsoft Professional Services related projects. Powersolv Inc. (www.powersolv.com) incorporated in 1995 is a Small, Women-owned and Minority-owned Business (SWaM) certified by the Virginia Department of Minority Business Enterprise (DMBE), a Minority Business Enterprise (MBE) in the City of Philadelphia, PA, a WMATA and MWAA certified Disadvantaged Business Enterprise (DBE), an MDOT certified Minority Owned Business Enterprise, and a certified Small Disadvantaged Business. We are a CMMI SVC Level 3, ISO 27001:2013 and ISO 9001:2015 certified IT Consulting and Technical Services provider as well as Microsoft Gold Partner located in the Washington D.C. Metro region. We possess extensive experience in providing consulting & technical services to various County, State and Federal Government as well as Local and Not for Profit agencies. We bring in twenty-four (24) years of capability in delivering and managing projects in a timely manner (often ahead of schedule). Our services, solutions, and methodologies are framed around leading technologies and industry best practices, enabling us to provide the best services and solutions to our clients. Our successful completion of wide range of IT projects with our clients provides a solid foundation for client-tailored services that match desired business processes and deliver targeted results. Our Microsoft Center of Excellence (MCoE) is driven by a team of experts who have successfully delivered Office 365 & SharePoint implementations, Azure Solutions, Windows 10 and MS Dynamics 365 implementations, to name a few. We are a Microsoft Gold Partner and our team comprises certified experts with extensive experience across the entire range of Microsoft Technologies. Powersolv’s Microsoft Experience with various Agencies: As a Prime Vendor, Powersolv has provided, and continues to provide IT Consulting and Technical Services across several projects, and initiatives to our following clients having similar scope of work and environment as solicited in the ITB: Agency IT Project State Attorney Office, Montgomery County, MD • SharePoint On-Line Development Business Intelligence Services Department of Transportation, Montgomery County, MD • Workflow and Correspondence SharePoint Application Development Services Fairfax County Government, MD • SQL Database Administration • SharePoint Development Agency IT Project Prince George’s County Government, MD • Application Development using MS SharePoint and SQL Baltimore County Public Schools (BCPS), MD • Microsoft Windows Server Administration Arlington County Government, VA • SharePoint Development Support City of Alexandria, VA • SharePoint Development Support City of Philadelphia, PA • Active Directory Assessment\Migration Maryland-National Capital Park & Planning Commission (M-NCPPC), MD • Microsoft O365 • Microsoft Dynamics Workflow Implementation Environment Protection Agency (EPA), Washington DC • Database Application Maintenance and Development Washington Metropolitan Area Transit Authority (WMATA), Washington DC • Applications Development services in Rail Operations Computer System (ROCS) & Rail Performance Monitor (RPM) Services • Active Directory Integration Amtrak – National Rail Passenger Corporation • Office 365 Administration Chicago Metra, Chicago • Microsoft Dynamics AX Inquiry and Reporting Services Wishington Suburban Sanitart Commission (WSSC), MD • MS Windows Server administration • Microsoft Exchange Server administration • Microsoft Active Directory Administration Metropolitan Washington Airport Authority (MWAA), Washington DC • SharePoint Systems Rollout & Implementation Universal Service Administrative Company (USAC), Washington DC • SharePoint Support Services Acknowledgment of ITB Addenda: Our acknowledgement to the receipt of ITB Addendums are as follows: Addendum Acknowledgement of Addendum I ✓ II ✓ We will ensure that the City is able to accomplish its goals in a timely and cost-effective manner based on a no compromise policy for project quality. Thank you, Rahul Dhawan President & CEO Powersolv Inc. Title Page Summary: Business Proposal to the City of Miami Beach’s Invitation to Bid (ITB # 2019- 246-DF) titled ‘Pre-Qualification Pool for Microsoft Professional Service Provider’ through which the City will establish a pool of pre-qualified bidders for current and future Microsoft Professional Services related projects. Company: Powersolv Inc. Address: 1801 Robert Fulton Drive, Suite 550, Reston, VA 20191 Main Tel: 703-230-5500, Fax: 703-230-5501 Toll Free: 1-800-PWRSOLV www.powersolv.com Florida’s Registered Corporate Access Inc. Agent: 236 East, 6th Avenue Tallahassee, FL - 32303 Year Founded: 1995 Legal Status: Small, Women-owned, and Minority-owned Business (SWaM) Virginia Disadvantaged Business Enterprise (DBE) MDOT certified Minority owned Business Enterprise (MBE) Minority Business Enterprise (MBE) with the City of Philadelphia, PA MWAA certified Local Disadvantaged Business Enterprise (LDBE) WMATA certified Disadvantaged Business Enterprise (DBE) Certified Small Disadvantaged Business (SDB) Certified Small Business Reserve (SBR) SWAM Certification: 5535 VA DBE: DBE 5535 MDOT MBE: 04-292 PA MBE: 111019 MWAA LDBE: LD2009-0026-2019 WMATA DBE: DBE0002367 Federal Tax ID: 54-1756944 DUNS #: 944795988 Organization Program Manager Representatives: Rahul Dhawan, President & CEO 703 230 5500 Ext. 17 rahul@powersolv.com Account Representative Sujatha Iyer, Director – Business Development 703 230 5500 Ext. 118 sujatha@powersolv.com POC Email: miamibeachfl@powersolv.com TABLE OF CONTENTS 1.0 FORM AND ATTACHMENTS ............................................................................................. 1 1.1 P RE-Q UALIFICATION A PPLICATION ............................................................................................... 1 1.2 M ICROSOFT G OLD P ARTNER C ERTIFICATION .............................................................................. 13 1.3 G OOD S TANDING C ERTIFICATE – S TATE OF V IRGINIA ................................................................. 14 1.4 A UTHORITY TO DO B USINESS IN THE S TATE OF F LORDIA ............................................................. 15 2.0 POWERSOLV’S QUALIFIC ATIONS .................................................................................. 16 2.1 P OWERSOLV ’S IT P ROJECT E XPERIENCE ...................................................................................... 16 2.2 P OWERSOLV ’S C ONTRACT V EHICLES ........................................................................................... 18 2.3 P OWERSOLV ’S Q UALITY C ERTIFICATIONS AND A LLIANCES .......................................................... 19 3.0 APPENDIX A – POWERSO LV’S PROJECT MANAGEM ENT PLAN ................................ 20 3.1 R ISK M ANAGEMENT P LAN .......................................................................................................... 24 3.2 L INE OF C OMMUNICATION ......................................................................................................... 26 3.3 C UST OMER S ERVICE D ELIVERY .................................................................................................... 28 3.4 S ERVICE L EVEL A GREEMENT ....................................................................................................... 31 3.5 C OST C ONTROL M ONITORING .................................................................................................... 34 3.6 M I CROSOFT C ENTER OF E XCELLENCE (CO E) ............................................................................... 35 LIST OF FIGURES FIGURE 1: POWERSOLV’S PROJECT MANAGEMENT METHODOLOGY .......................................................................... 21 FIGURE 2: POWERSOLV’S RISK MANAGEMENT PLAN .............................................................................................. 24 FIGURE 3: POWERSOLV’S LINE OF COMMUNICATION .............................................................................................. 26 FIGURE 4: POWERSOLV’S COMPLETE SERVICE LEVEL AGREEMENT LIFECYCLE MANAGEMENT .......................................... 31 FIGURE 5: POWERSOLV’S MICROSOFT SERVICE OFFERINGS ..................................................................................... 35 LIST OF TABLES TABLE 1: POWERSOLV’S FFP BASED IT PROJECTS .................................................................................................. 17 TABLE 2: CURRENT LOCAL, COUNTY & STATE GOVERNMENT CONTRACT VEHICLES ...................................................... 18 TABLE 3: POWERSOLV’S QUALITY CERTIFICATIONS & ALLIANCES .............................................................................. 19 TABLE 4: PROJECT MANAGEMENT PLAN COMPONENTS .......................................................................................... 20 TABLE 5: PROJECT MANAGEMENT TOOLS & ACTIVITIES .......................................................................................... 22 TABLE 6: POWERSOLV’S RISK MANAGEMENT STRATEGY ......................................................................................... 25 TABLE 7: POWERSOLV’S TEAM INTERACTION MODEL ............................................................................................. 27 TABLE 8: RACI MATRIX .................................................................................................................................... 29 TABLE 6: DELIVERABLES DESCRIPTIONS AND ACCEPTANCE CRITERIA .......................................................................... 32 Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 1 of 34 1.0 FORM AND ATTACHMENTS 1.1 Pre -Qualification Application Please find the duly completed Pre -Qualification Application starting from the next page. 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: Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 9 of 34 Three (3) projects similar in size and scope as mentained in the ITB: Project Description of Work Project Reference SharePoint Online and Power BI Implementation at Montgomery County State Attorney's Office (SAO), MD. Length of time for the Engagement: May 2019 – Jun 2019 State Attorney’s Office (SAO), Montgomery County has engaged Powersolv to design, configure, implement, test and deploy a SharePoint Online application. This SharePoint Online application is being used by SAO to store and manage a database of a specific type criminals in its jurisdiction. This information was previously being stored on MS Access Database. Core objectives: • Requirement gathering • Preparation of documents and wireframes • New data entry form for investigators to enter validated criminals • Migrate current data from MS Access to SharePoint Online • Power BI – Ad-hoc reporting through custom dashboards, graphs & reports • Search functionality to filter tickets based on key fields • Prepare training manuals • User training • Maintenance & Enhancement Technologies Used: • Microsoft SharePoint Online • SharePoint Designer • InfoPath Forms • Power BI Reports Name: Jon Frey Email: jon.frey@montgomerycountymd.gov Telephone: 240-777-1260 Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 10 of 34 Project Description of Work Project Reference SharePoint Online Implementation at Montgomery County Department of Transportation (MDOT), MD Length of time for the Engagement: May 2019 - Present Montgomery County Department of Transportation has engaged Powersolv to design, implement & deliver SharePoint workflows for the following: • Correspondence Tracking & Task Management system for inter-departmental requests. • This included a unified workflow system for resident’s service request management • HR Workflow – A workflow with limited access for the HR department to create and manage highly sensitive documents Powersolv also implemented a dashboard to search and filter the tickets based on key fields. SharePoint Online workflows were built using SharePoint Designer. Core Components: • Requirement gathering • Preparation of documents & wireframes • Issue intake module form supporting data entry and attachments • Routing module based on roles, groups or individuals • Reminders & task management • Reporting dashboard with filters to display assignments, routing log, and request status of tickets • Prepare training manual • User training • Maintenance & Enhancement Technologies Used: • Microsoft SharePoint Online • SharePoint Designer • InfoPath Forms • Power BI Reports Name: Dave Seeman Email: dave.seeman@montgomerycountymd.gov Telephone: 240-777-7468 Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 11 of 34 Project Description of Work Project Reference Application Development at Washington Metropolitan Airport Transport Authority (WMATA), Washington DC Length of time for the Engagement: Nov 2014 - Present Powersolv, Inc. developed & implemented .Net based Rail Operations Computer System and Rail Performance Monitor at WMATA. Description: • Development, implementation, customization and maintenance of the software tools associated with the following WMATA applications: Rail Scheduling, Dispatching, Automatic Train Control, Automatic Train Supervision, Operations Network Communications, Automatic Car Identification, Incident Reporting, and Alarm Systems. • Analysis, design, development, implementation, and support of enterprise complex projects • Understanding and creating WMATA schedules. • Dispatching records, double-line track plans, contact rail schematics, scan sheets, train data recorders, router and switch network configuration, etc., in terms of implementing ROCS/RPM/PIDS real-time and reporting functionality. • Integrating various components, as required, with the Automatic Train Supervision technical systems and operational needs. • Problem resolution related to system design and implementation reviews and recommending approval of functional and technical design documents, implementation of systems, and program enhancements and modifications to assigned applications • Evaluating, selecting, developing, testing, implementing, integrating and troubleshooting systems software and hardware of all types. • Adhering to the theories, principles, and standard practices in intelligent transportation system as used in transit agencies and public entities in the area of scheduling, data and fare collection, vehicle location, and real-time fleet management • Performing all phases of software development life-cycle, including application design, programming, testing (unit and system level). Technologies Used: Microsoft .Net framework - C#, ASP.NET, Web API, Artificial Intelligence, HTML/XHTML, CSS, XML, XSL, JavaScript and jQuery. Extensively used MS Dot NET programming languages, design, web technologies, web-based computing environments and testing methodologies. Name: Manish Thouri Email: mthouri@wmata.com Telephone: 240-547- 7060 Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 12 of 34 Project Description of Work Project Reference Active Directory Assessment/Migration at City of Philadelphia, PA Length of time for the Engagement: Nov 2018 - Present Powersolv provides support to the Philadephia Water Department’s Active Directory Environment. It includes application integration, designing the new Active Directory architecture, providing a detailed migration plan, and performing the migration. The migration plan should include any necessary changes to applications including Office 365. Description: • Evaluate existing Active Directory Implementations • Review Active Directory Integrated Applications and Resources • Provide architecture for new domain o Determine specifications for new domain controller o Provide recommended OU structure o Provide site details o Determine replication configuration o Define roles and responsibilities for ongoing management and maintenance • Provide detailed migration plan including: o Configuration of the new domain o Infrastructure upgrades or changes o Migration tools o Testing plan o Pilot group • Execute Migration Plan o Perform Migration and post-migration clean up Technologies Used: • PowerShell • Windows Server 2012 – 2016 • Office 365 • Microsoft Azure • Quest Migration Manager • MS suite of products (Word, Excel, PowerPoint Visio, Project, etc.) Name: Jiana N. Noble Email: jiana.n.noble@phila.gov Telephone: 215-686-8122 Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 13 of 34 1.2 Microsoft Gold Partner Certification Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 14 of 34 1.3 Good Standing Certificate – State of Virginia Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 15 of 34 1.4 Authority to do B usiness in the State of Flordia Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 16 of 34 2.0 POWERSOLV’S QUALIFICATIONS 2.1 Powersolv’s IT Project Experience The below table enlists our IT Project experience where we have provided our services on a Firm Fixed Price (FFP) basis. Client IT Project Description of Services Provided Maryland-National Capital Park & Planning Commission (M-NCPPC), MD • Employee Engagement Portal – Microsoft O365 (SharePoint Custom Portal) • Customized portal that adapts and evolves to meet M-NCPPC’s needs • Increased engagement and productivity from the start • Fast implementation, in as little as 4 to 6 weeks • Reduced risk and cost associated with building a portal from scratch • Cloud-hosted intranet built in O365 with world-class security standards • Integrated workflow options to drive productivity improvements Montgomery County, MD • SharePoint Online and Power BI Implementation Powersolv’s responsibilities include: • Complete current prototype SharePoint application developed in-house • Convert and import the existing Microsoft Access Gang Unit Database data into the new Gang application structure; while maintaining existing tables, fields, macros, templates, and reports • Configure the application to allow access to certain information based on user login rules for specific functions Montgomery County, MD • Workflow and Correspondence SharePoint Application Development • Design, configure and build SharePoint Online application team sites, sub-sites and all the components required workflows and Correspondence application on Office 365 technology SharePoint Online platform. • SharePoint application and workflows will be built using InfoPath and SharePoint Designer without using any third-party tools. • HTML, Stylesheets (CSS), JavaScript, JQuery will be used as per the guidance and standards from DTS. Prince George’s County, MD • IT Applications Development, Maintenance and Help Desk Services Powersolv has provided Project Management, Strategic Planning, Development, Deployment and Maintenance support to all the applications (mainframe, client/server and web) under the Office of Information Technology (OIT). During our extensive association, the County improved Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 17 of 34 Client IT Project Description of Services Provided its nationwide ranking on Annual Digital Counties Survey from 9 to 2. Metropolitan Washington Airports Authority (MWAA) • Internet & Intranet Development / Data Warehouse / Business Intelligence (BI) Services Powersolv provided BI and SharePoint Architecture support to assist MWAA with the implementation, rollout, and configuration of SharePoint 2013. Federal Motor Carrier Safety Administration (FMCSA), DOT • Development of the Compliance Algorithm using ACRS and other compliance data, • Mitigation of security and privacy vulnerabilities, and • Upgradation of ACRS to meet MAP 21 requirements & other user requirements. • Program Management and General Support • ACRS Operation & Maintenance • Information Security Management • Development of the Compliance Algorithm • Mitigation of the Security and Privacy Vulnerabilities • Powersolv’s Methodology for mitigation of vulnerabilities is VMware Virtualization • Web Hosting • Map 21 & Other Tasks • Documentation Services • Training Services • Helpdesk Support Services Washington Metropolitan Area Transit Authority, Washington DC • Applications Development services in Rail Operations Computer System (ROCS) & Rail Performance Monitor (RPM) • Development, implementation, customization and maintenance of the software tools associated with the following WMATA applications: Rail Scheduling, Dispatching, Automatic Train Control, Automatic Train Supervision, Operations Network Communications, Automatic Car Identification, Incident Reporting, and Alarm Systems. • Analysis, design, development, implementation, and support of enterprise complex projects • Understanding and creating WMATA schedules. • Dispatching records, double-line track plans, contact rail schematics, scan sheets, train data recorders, router and switch network configuration, etc., in terms of implementing ROCS/RPM/PIDS real-time and reporting functionality. • Integrating various components, as required, with the Automatic Train Supervision technical systems and operational needs. Table 1: Powersolv’s FFP Based IT Projects Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 18 of 34 2.2 Powersolv’s Contract Vehicles The table below provides a list of all Consulting and Technical Services in Information Technology contract vehicles held and primed by us. Client IT Contract Vehicle Montgomery County Government, MD • Montgomery County Consulting and Technical Services 2 (MCCATS 2 - 1048901) Harford County Government, MD • Open End Information Technology Services Baltimore County Public School (BCPS), MD • Information Technology Staffing Services Prince William County Government, VA • Applications Staff Augmentation Arlington County Government, VA • Provision of Information Technology Personnel • IT Expert Assistance Fairfax County, VA • Information Technology (IT) Staff Augmentation New Castle County Government, DE • Information Technology Services City of Philadelphia, PA • Information Technology Staff Augmentation Amtrak • IT Staff Augmentation Services Chicago Metra, IL • Information Technology Consulting Services Metropolitan Washington Airports Authority (MWAA) • Enterprise Business Innovation Technical Services (eBITS) Washington Metropolitan Area Transit Authority (WMATA) • IT Staff Augmentation Universal Service Administrative Company (USAC) • IT Staff Augmentation Washington Suburban Sanitary Commission (WSSC) • Information Technology (IT) Basic Ordering Agreement (BOA) Technical Staff and Services • Information Technology (IT) Basic Ordering Agreement • (BOA) Management Support and Services DC Water • Information Technology Professional Services State of Florida • Information Technology Staff Augmentation Services State of Maryland • Consulting and Technical Services + (CATS +) Central Collection Unit (CCU), MD • Project Human Resources Maryland Health Benefit Exchange, (MHBE), MD • IT Consulting and Technical Support Services Indefinite Delivery, Indefinite Quantity (IDIQ) State of Delaware • Information Technology Project Staffing State of North Carolina • Short Term IT Staffing/Open Enrollment State of Rhode Island • Computer Technical Support Services (MPA-230) Table 2: Current Local, County & State Government Contract Vehicles Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 19 of 34 2.3 Powersolv’s Quality Certifications and Alliances Quality Certifications Quality Charter A recent D&B Open Ratings survey of Powersolv Inc. clients resulted in an overall rating of Ninety-Six (96) which documents and validates Powersolv’s commitment to meeting and responding to the needs of our clients. Awards and Recognitions • Client: Montgomery County Government, MD: 2018 Technology Solutions award from the Public Technology Institute (PTI) for Criminal Justice Case Management System (CJCMS) in two (2) categories: o Winner: Web Services, e-Government and Mobile Applications o Significant Achievement: Public Safety and Emergency Management, Community Resiliency • Client: Montgomery County Government, MD: 2017 National Association of Counties (NACo) Award for the ‘Licensing and Registration System’ with the Department of Housing and Community Affairs • Client: Montgomery County Government, MD: 2017 National Association of Counties (NACo) Award for the ‘Multifamily Loans Portfolio Management System’ with the Department of Housing and Community Affairs • Client: Prince George’s County, MD: Charter for Change Cost Savings Award: ePermits Web Application • Client: Prince George’s County, MD: Digital County Award: Budget Management Systems. Alliances & Partnerships Table 3: Powersolv’s Quality Certifications & Alliances Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 20 of 34 3.0 APPENDIX A – POWERSOLV’S PROJECT MANAGEMENT P LAN Powersolv possesses twenty-four (24) years of extensive experience and expertise in managing and delivering It projects of various size, scope & complexity. Powersolv strictly adheres to CMMI & ISO Standards to ensure that our services and products are of the highest quality. Project Management Approach & Methodology: Powersolv’s Project Management approach is based on our strong commitment to and use of process and process improvement. Our project management practices incorporate the approach of the Project Management Institute (PMI) and ensure the task will be effectively managed. We have carried out successful project management in the past and have been able to satisfy the clients beyond their expectations. We have exhibited project management and implementation experience for entire Software Development Life Cycle (SDLC) processes in various projects. For every project, our project management approach is specifically structured to support the client’s requirements in conceptualizing, planning, prioritizing, directing the development, implementation of solutions and services for the client. Our proven management ability minimizes the risk for the client. We manage software engineering and integration projects of all sizes via our established and documented process suite that is compliant to CMMI and PMI processes. Through rigorous and consistent adherence to these processes, we maximize quality in every facet and at every stage of our work, preventing defects and deficiencies from appearing as issues to be resolved. The following table outlines what we consider essential components of the PMP. Essential Components Scope Management Plan Configuration Management Plan Schedule Management Plan Quality Management Plan Staffing Management Plan Project Time Management Plan Communications Management Plan Project Cost Management Plan Risk Management Plan Project Scope Management Plan Procurement Management Plan Status Reporting Templates Stakeholder Management Plan Data Repository Project Integration Management Plan Lessons Learned Table 4: Project Management Plan Components Project Manager places significant importance on both the management and staffing of every assignment. Powersolv maintains close management of the ongoing process of assignment and qualified to meet the City’s mission and expectations. Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 21 of 34 The figure below depicts Powersolv’s methodology to Project Management: Figure 1: Powersolv’s Project Management Methodology This section below describes our approach on how we select and monitor the team working on the project and how we continually manage projects in order to ensure success. We have elaborated the key elements of our Project Management Plan: PMO and Corporate Reach Back: The keystone of the project management methodology is the establishment of a centralized Project Management Office (PMO). The mission of the PMO is multifaceted and encompasses all aspects of the program. The PMO’s top priority is the management planning and control over project operations – coordinating and directing assigned personnel throughout the Service Order process in support of multiple clients. This is accomplished through strong leadership, responsive communications, and experienced program and project managers. Reporting Procedures: Powersolv’s Account Representative will be responsible for providing all contract and work assignment reports to ensure compliance with the requirement in the ITB and subsequent projects arising out of this ITB and the guidelines specified post contract award. Following reports will be submitted: • Weekly Status Report • Monthly Report • Additional Progress Reports • Delivery of Reports. Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 22 of 34 Project Management Tools & Activities: Our Project Management program incorporates the best practices, policies and procedures of the industry. We effectively apply project management tools, such as Microsoft Project, improved communication and risk management tools, more advanced Dashboards for reporting and monitoring project performance and status, and a central repository for project deliverables and artifacts using SharePoint Server. Activities Description Notes Tools Must: • JIRA & Jira Agile (Greenhopper) • Balsamiq for wireframes • Optional: o HUDSON/ Jenkins / TestLink for continuous integration Flow Each user story will have the following flow: To Do > In Progress > Done Estimation The estimation for each user story can be in terms of hours or story points. Original estimate can only be changed if agreed with the PM. User story should be for a maximum of 3 days. Each sprint duration can be for 2-4 weeks. Based on the completion of the past sprint, the sprint velocity can be calculated in order to estimate the work completion of upcoming sprints. • Stories extending beyond 3 days should be further broken down • Max 2 days story is recommended • 2 weeks sprint is recommended • Productive hours/day/team member should be 6 hours. • A task should be of 6 hours or less QC Release QC releases should be done regularly. • Testers should work side by side with developers to test and get the fixes done immediately. Code Review Code review to be done by team and the effort of the same should be included in each user story. Bug Reporting Tester should log defects as comments in each user story. If the number of defects is high, the release should be rejected as per the rejection criteria defined. • Improvements and other findings not related to the user story should be added as new Jira tickets. `UAT by customer Customer can log defects found during the UAT as separate Jira tickets. If no issues are reported, the user story can be closed. • Normally PM will close the user story Table 5: Project Management Tools & Activities Business Process Re-engineering (BPR): Powersolv’s Business Process Re-engineering (BPR) approach is outlined below: • View business as a set of customer oriented processes rather than a set of departmental functions • Processes must have clear cut ownership • Non-value adding activities within a process should be eliminated • Gather information only once at the point of origin Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 23 of 34 Project Management Best Practices: Powersolv has a strong history of implementing process innovations that combine project management, applications development, systems integration, and service delivery best practices in its solution. Our suite of organizational level processes, are designed to maximize quality in every facet and at every stage of work in all types of projects. These documented, repeatable processes address every aspect of project management, from planning and monitoring project schedules, costs and resources, to ongoing process improvement. Projects tailor the process suite to the needs of the project and to the project type: • Core processes are followed in every project; examples include Project Planning and Oversight, Risk Management, and Measurement and Analysis • Variable processes are only followed as applicable, depending on the nature and size of the project • Process-related templates and materials are customized to each project, within acceptable bounds of CMMI maturity practices • Performance metrics are captured for each process applied; specific acceptable thresholds and corrective actions are defined at project onset. Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 24 of 34 3.1 Risk Management Plan Powersolv uses a well-defined Risk Management process to identify, analyze, plan, track, control, and mitigate risks to the City’s upcoming projects. We initially identify all potential risks associated with a project and then, analyze them per probability of occurrence and severity of impact. Risks are prioritized accordingly and mitigation plans are prepared, outlining actions/decisions and alternative solutions by which such risks can be avoided/ mitigated. The main sub processes of Powersolv’s Risk Mana gement Process are as illustrated in Figure 8. • Risk Identification: This target identifies all the risks associated with the work along with their critical parameters. The more critical a risk is, the greater will be the impact on the project. • Risk Analysis: This is the process of examining each identified risk area or process to refine the description of the risk, isolating the cause and determining the effects. It includes risk rating and prioritization in which risk events are determined. The risks can be rated and prioritized in terms of their probability of occurrence, severity of consequence and relationship to other risk areas or processes. • Risk Planning: This sub process comprises developing an organized, comprehensive and interactive strategies and methods for identifying and tracking risk areas, developing risk handling plans, performing continuous risk assessments to determine how risks have changed and assigning adequate resources. • Risk Tracking: This sub process systematically tracks and evaluates the performance of risk handling actions against established metrics using standard artifacts like risk log throughout the acquisition process and thus keeping a control over the risks complying ISO 27001 standards. • Risk Controlling: This sub process identifies, evaluates, selects and implements options to set risk at acceptable levels, given project constraints and objectives. The Risk Mitigation Plan is prepared specifying targets, roles and responsibilities and associated cost and schedule. Figure 2: Powersolv’s Risk Management Plan Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 25 of 34 Primary Project Based Risks and Powersolv’s Risk Management Strategy: Task Potential Risk Mitigation Actions Program Management and Reporting Reporting and escalation structure is not defined Clearly define reporting structure, lines of authority and escalation channel with help of all stake holders and executive sponsors There are multiple lines of communication Define clear lines of communication Application/ Solution Development Version control tool and policies are absent Install version control tool, branching policies, assign gatekeeper Absence of strong practice- enforcements Enforce Coding, naming conventions and code review, inspection practices QA has only marginal role to play Strengthen QA, delink it from development, give No-go rights to QA Co-ownership concept is absent / marginal Involve business team, users and sponsors in Monthly meetings to set expectations Operation and Maintenance Support Services Absence of SLA / unrealistic SLA Create / revise SLA with stakeholders' consent Unavailability of staff / equipment Resolve through the City’s PM Security, backup, DR policies are undefined / unclear Identify, get approval, create road map and execute the steps to compliance and fulfillment Documentation, Training, Meetings and Technical Writing Documentation standards are not established Establish guidelines / standards that are closest to the framework used Templates are not defined Use global standard templates appropriate to guidelines being used / create wherever required Online and inline help policies are not defined Use industry standard help guidelines Collaboration tools are not available / used Identify gaps / new tools, plan, get approval and install; train users and encourage use Transition Requirements to fill position(s) Identify right candidates and fulfill the requirement. Lack of cooperation from incumbent contractor In conjunction with the City, create exit criteria and required documents Standard Operating Procedures are missing / inadequate Define SOP / review / rewrite SOP with help of incumbent staff and other stake holders Table 6: Powersolv’s Risk Management Strategy Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 26 of 34 3.2 Line of Communication Effective communications between the City and Powersolv personnel will be key to the success of this project. Powersolv recommends the formation of a Core Team, particularly under a scenario of various teaming agreements and different incumbent personnel with varied skillsets. The Core team will comprise our proposed Key Personnel and will include Powersolv’s key representatives. Powersolv’s corporate executive management is informed of program level status through a rigorous and disciplined internal monthly project status review process that addresses contract health and performance, issues/risks, contract modifications, technical design, and personnel changes. Powersolv’s organizational structure also reflects the access our personnel have to various corporate resources, including Accounting and Finance, Corporate Counsel, Human Resources, Training, Project Management Office (PMO), and Center of Excellence (CoE). Powersolv’s key personnel have displayed great project management acumen in skillfully managing cross- functional teams, providing leadership to technical and business experts and liaising with client representatives, all through keeping client satisfaction as the top priority. The team interaction model with mode of communication and frequency of communication required is as depicted below: Figure 3: Powersolv’s Line of Communication Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 27 of 34 Interaction / Reports Who Frequency Mode of Communication Powersolv Miami Beach Requirement Clarifications Kavitha (PM) MB CO/COR As needed Email, Phone Problem Resolution Kavitha (PM) & Sujatha MB CO/COR As needed Email, Phone Risk Management (RM) and Quality Assurance (QA) Meeting Rahul, Kavitha (PM) & Sujatha MB CO/COR Weekly Phone + WebEx Personnel Performance Evaluation Rahul, Kavitha (PM) & Sujatha MB CO/COR Monthly In Person Personnel Timesheets Kavitha (PM) & Sujatha MB CO/COR Monthly Email Team Status Report Kavitha (PM) MB CO/COR Weekly Email Monthly Delivery Review (Tasks Completed Vs Planned, Task for following Month) Kavitha (PM) MB CO/COR Monthly Email, Phone Quarterly Leadership Review Rahul, Kavitha (PM) & Sujatha MB CO/COR Monthly Phone / In Person Table 7: Powersolv’s Team Interaction Model Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 28 of 34 3.3 Customer Service Delivery Powersolv has expertise in managing complex multi-vendor; multi-task, multi-contract service delivery environment. We regularly review the Operational Level Agreements that support the service level agreements established for each Service Order under the multi-task-order contract vehicles. Powersolv understands its customers’ strategic objectives, culture, external and internal demands, product and service offerings, customer base, operational environment and resources. Utilizing our best business practices, we emphasize to provide our customers best quality and efficiency of IT service delivery. We also focus on improvements to process efficiency via the use of ITSM-supporting applications, identify best analytical methods and reporting formats and enhance the existing ITIL-aligned processes of the customers. We intend to utilize an approach based on several successful efforts of similar size and scope: incorporating the best practices from both the Government and Industry, and at the same time delivering quality through our CMMI SVC Level 3, ISO 9001:2015 and ISO 27001:2013 compliant quality processes. Powersolv provides customer support to its clients by assigning specific roles & responsibility to every core member of the team: Legend: R (Responsible) = Role executing work to achieve the task A (Accountable) = Role answerable for the completion of the task C (Consulted) = Role providing input and/or output (2 way communication) I (Informed) = Role kept up-to-date on progress R O LE S P r o d u c t Ma n a g e r ( P M ) SC R UM M as t er (S M ) UX Le a d Te c h Le a d QC Le a d De v e l o p e r Te s t er TASKS Provide vision and goal for the product R/A I I I I I I Create/ define user stories R/A C I I I I I Create, prioritize and manage the product backlog R/A C I I I -- -- Create wireframes C R/A R I I I I Create visual design I I R/A I I I I Create use cases C R/A I I I I I Create technical documents (design and architecture) I A I R I I I Create test plan C C/I -- -- A/R I Define sprint goal R/A C I I I I I Sprint planning C R/A C C C -- -- Create, prioritize and manage the sprint backlog R R/A C C C -- -- Daily SCRUM and ensure consistency of Scrum practices across teams I R/A R R R R R Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 29 of 34 Remove impediments -- R/A -- -- -- -- -- Write test case/ acceptance tests -- I -- I A -- R Code review -- I -- A -- R -- Build acceptance/ rejection for deployment to next stage I A I I R I I Manage releases C R/A I I I -- -- Sprint review I R/A R R R R R Approve user stories (user stories that meet the acceptance criteria) R/A I I I I I I Sprint retrospective C R/A C C C C C Definition of doneness C R/A I I I I I Quality of the product -- R/A R R R R R Manage risk I R/A C C C C C Progress report to internal and external stakeholders R/ A R -- -- -- -- Table 8: RACI Matrix • Powersolv assigns one Account Manager and Project Manager for every individual client/account it holds. The Project Manager is responsible for handling routine activities or issues related to the SO with our client and ensures the smooth functioning of the contract vehicle on a daily basis. As a healthy practice, our Account Manager and Program Manager interacts with the CO/COTR by holding one to one meeting on a weekly or monthly basis with the permission of the client, and addresses problems and concerns affecting the project as well as shares other relevant information. • For key projects, with significant involvement of Powersolv Resources, our Project Managers collaborate with the client to attend stakeholder meetings at least every fortnight. • If necessary, Powersolv uses the Red Flag report system, which is a system that identifies critical variances in staffing or any identified lapse in service related to resources. Flag thresholds are initially set at a low, or “yellow alert” level. The TO Manager reviews each stable yellow alert item every day until it reverts to a green or stable level. If the variance or problem continues or increases over time, it enters the “orange alert” level, in which the manager is required to take firm appropriate action to lower the level and report his action upwards to management. Any orange- level problem or variance that continues to increase is immediately posted in a Red Flag report and escalated for immediate remedial action. This yellow-orange-red process ensures that variances and problems are noticed, investigated, and remedied before they become critical and provide for rapid corrections and eliminate long-term problems. All flag actions are immediately copied to the Client CO/COTR for information or action. Flag status and mitigation plans are shared with our Management, HR/Resourcing teams as well as clients at status review meetings. Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 30 of 34 As mentioned earlier, we have received numerous awards from our clients on our contributions to their work programs. In addition, as reported in the latest Dun & Bradstreet (D&B) Open Ratings report conducted in 2018, our Overall Performance Rating stands at 96%. All our individual scores on each of nine factors were 90% or higher. No individual item of feedback received was negative: they were mainly positive, mixed with a small number of neutral ratings. Three pertinent ratings are as follows: • Customer Support: 97% • Business Relations (Ease of doing business): 98% • Personnel (Satisfaction with attitude, courtesy and professionalism of staff): 97% Simply put, we take pride in what we do, and complete customer satisfaction is our top priority. Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 31 of 34 3.4 Service Level Agreement Powersolv has an organized approach for the production support services with our clients. We intend to utilize an approach based on our several successful projects of similar size and scope to that of the City - incorporating best practices from both the Government and Industry environments and delivering quality through our CMMI SVC Level 3, ISO 27001:2013 and ISO 9001:2015 certified quality processes. Our production support will be managed through a process driven and delivery focused framework. The framework will ensure processes, guidelines, and controls are maintained and monitored to meet our clients’ guidelines and guarantee stability of services. The diagram below shows Powersolv’s complete Service Level Agreement Lifecycle Management. Figure 4: Powersolv’s complete Service Level Agreement lifecycle management Service Level Agreement (SLA) Approach: Some of the sub-systems are critical to the operation as compared to the rest. The response methodology for the critical systems differ as the response needs to be highly pro-active & spontaneous based on the severity of the issue. For rest of the issues standard methodology will be used to address and resolve them. Powersolv shall address system issues that relate to production support for critical business applications of the City according to the below predefined service levels. The City shall have the authority to establish and modify the priorities. The table shows an example of various deliverables descriptions and acceptance criteria. S. No. Deliverables Description Acceptance Criteria Due Date / Frequency 1.0 Deliverable – Weekly Status Reports The Project Manager shall be responsible for compiling and submitting to the City’s Project Manager a one-page status report that summarizes the following: • Name, Date, Reporting Period • Top Three (3) Priorities in this Reporting Period • Actual Tasks & Accomplishments for the reporting period • Planned Tasks & By Monday, 12:00 pm (Noon) of every other week, (or as requested by the City’s Project Manager) Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 32 of 34 Accomplishments for the next reporting period • Exceptions to Previously Planned vs. Actual for last reporting period • Outstanding Due Dates • Scheduled Time Off • Hours worked (start and end times, and total time actually worked each day) by individual personnel • Hours cumulatively charged to any project worked on and other administrative categories, • Reported tasks & accomplishments may include deliverables received, reviewed, distributed; planned; meetings held or planned (date, purpose, attendees); documents developed; meeting minutes, SDLC documents and other project-related artifacts (indicate draft or final version). 2.0 Deliverable – Monthly Project Status Reports For each assigned project, the Project Manager shall be responsible for compiling and submitting to the City’s Project Manager, project stakeholders, City’s Management, other Project Managers, and others as appropriate. a monthly project status report that includes the following: • Assigned project number and project name; Baseline End Date; Phase; Current Projected End Date; Current Projected Cost • Scope/Purpose • Accomplishments • Current status • Forecast • Issues for Stakeholder attention, including identification, escalation, and resolution steps • Schedule Analysis • Budget Analysis • Risk Analysis • Updated project schedule. By the second working (business) day of each month 3.0 Deliverable – Project Artifacts such as Project Management Plan and Work Breakdown Structure (WBS) • For each written deliverable, draft and final, the Project Manager shall submit to the City’s Project Manager. To be determined by the assigned project Table 9: Deliverables Descriptions and Acceptance Criteria Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 33 of 34 Based on the severity of a service request, Powersolv shall provide written and/or verbal communications regarding service request status and resolution, weekly, and monthly reports of every issue shall be submitted to the City’s Contracting Officer/Project Manager and 24/7 support shall be provided as specified in the SLA. Powersolv shall perform cyclic checkups of the systems for the identification & resolution of potential issues/queries to meet the support response time and resolution requirements. Failure to meet SLA shall result in corrective actions as per the Performance Problem Mitigation policy provided by the City. Weekly and monthly reports shall be submitted to the Contracting Officer/Project Manager. The City’s internal policies governing change management, documentation, maintenance, privacy and security, testing, training, disaster recovery, and data management, etc. shall apply to all work under the production support services. Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 34 of 34 3.5 Cost Control Monitoring Powersolv has successfully managed and delivered large multi-year projects for its various State, Federal and Local clients within the allocated budget. We adhere to strict Industry standards and implement the necessary methods and tools required to effectively manage the budget for a given project. Our general budget management/cost monitoring philosophy is based on our corporate belief and practice of close partnership with our customers confirmed by our long history of successfully living up to that value. Our belief is that we must understand the environment, mission, goals, and objectives of the organizations that we support. By so doing, we develop a collaborative environment based on a common understanding of challenges and a common desire to attain mission success through achieving goals and objectives. Powersolv creates innovative solutions while applying standard methodologies to ensure quality, schedule adherence, and above all budget compliance. This fundamental business approach is part of our corporate culture that has resulted in outstanding customer testimonials. Our approach is outlined below: • Establish the activities and criteria for planning, structuring, and controlling project costs • Establish the project cost baseline through cost estimation and budget determination • Define cost estimating and cost controls for the project • Define and document how costs and cost variances will be reported regularly. Powersolv’s approach is based on proven methodologies and techniques such as those outlined by the Carnegie Mellon Software Engineering Institute. We develop and follow a set of procedures for every individual service order/project for the budget to be executed, monitored and controlled. This includes but is not limited to the following: • Make a clear and precise definition of the problems faced on a day to day basis • Publish a staged problem solution- clearly outline each stage of problem resolution and milestones for each stage • Get the customer validation of the problem definition and solution approach • Convene weekly / fortnightly progress report meetings that include completed and pending activities, milestones, progress, and issues for all Contractor Personnel providing services, a status of all open and pending work orders under the service order Publish monthly status reports that capture and track ongoing activities and status. The reports capture activities completed in the past reporting period, activities planned for the following reporting period, the completion status of deliverables and status of costs (planned vs. actual). The reports describe issues identified on the task order and the status of efforts to resolve issues and mitigate risks. The reports document lessons learned from the project and any other pertinent status information. Powersolv’s Business Response to Miami Beach’s ITB #2019-246-DF Page 35 of 34 3.6 Micro soft Center of Excellence (CoE) Powersolv’s Microsoft Center of Excellence (CoE) help its clients leverage latest Microsoft technologies, while eliminating capital expenditure associated with onboarding new staffs and equipping them with training. Right from the pre-release stages, to building competencies, we create best practices and reference architectural solutions. Powersolv’s Microsoft Center of Excellence helps our clients design, develop and integrate business solutions based on a wide variety of Microsoft technologies for smooth functioning of their IT systems. At Powersolv, we aim to collaborate Microsoft led software solutions and technologies to implement the needs of organizations at all levels, from small to large enterprises. Microsoft solutions are comprehensive and easily adaptable by the user. Our team dealing with the Microsoft Center of Excellence designs, customizes and incorporates solutions that simplify processes with a variety of suitable digital tools, platforms and technologies. Figure 5: Powersolv’s Microsoft Service Offerings Being a Microsoft Gold Partner, we provide insider advice and insights to the customers on Microsoft technologies to facilitate better informed decisions. As part of our services supported by Microsoft, we ensure to establish and maintain the best coding standards for Microsoft technologies. Powersolv’s highly talented Microsoft SharePoint certified resources make us uniquely capable of achieving quality driven project goals in time and within budget. Our successful completion of a wide range of projects for Government clients provides a solid foundation for client-tailored services that match desired business processes and deliver targeted benefits. In the process, we have come to be considered a trusted Technology Partner by many diverse organizations.