Loading...
2016-29473 Reso RESOLUTION NO. 2016-29473 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO REJECT ALL PROPOSALS RECEIVED, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2016-107-WG FOR HOSTED AUTOMATIC CALL DISTRIBUTION SERVICES; AND, IN THE ALTERNATIVE, ACCEPTING THE CITY MANAGER'S RECOMMENDATION TO WAIVE, BY A 5/7THS VOTE, THE COMPETITIVE BIDDING REQUIREMENT, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY, AND AUTHORIZING THE ADMINISTRATION TO ENTER INTO DIRECT, SIMULTANEOUS NEGOTIATIONS WITH AT&T CORP AND UNIFY, INC, RESPECTIVELY, FOR HOSTED AUTOMATIC CALL DISTRIBUTION SERVICES; AND FURTHER DIRECTING THE ADMINISTRATION TO SUBMIT THE FINAL NEGOTIATED AGREEMENT TO THE MAYOR AND CITY COMMISSION FOR APPROVAL. WHEREAS, on April 13, 2016, the Mayor and City Commission approved the issuance of RFQ 2016-107-WG for Hosted Automatic Call Distribution Services; and WHEREAS, Request for Qualifications (RFQ) No. 2016-107-WG (the RFQ) was released on April 21, 2016; and WHEREAS, on June 3, 2016, the City received statements of qualifications from AT & T Corp. (AT&T) and Unify, Inc. (Unify); and WHEREAS, the proposal for AT&T was deemed non-responsive for failure to meet the minimum requirements of the RFQ; and WHEREAS, the remaining proposal, from Unify, was submitted to the Evaluation Committee for review and scoring; and WHEREAS, the Evaluation Committee scored the proposal submitted by Unify low because the proposal did not include a third-party hosted system, as requested by the RFQ; and WHEREAS, the City Manager reviewed the proposals received, the results of the evaluation process, and the importance of the timely implementation of the required services to assist in bringing in-house the call center services currently outsourced; and WHEREAS, the RFQ only produced two proposers, and in light of the need to implement the call center in a timely fashion, the City Manager recommends rejecting all bids received pursuant to the RFQ, and waiving, by 5/7ths vote, the competitive bidding requirement, so that the Administration may enter into negotiations with AT&T and Unify, in an effort to secure the most favorable agreement for the City in the most expeditious manner. 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 to reject all proposals received pursuant to Request for Qualifications (RFQ) No. 2016-107-WG for hosted automatic call distribution services; and, in the alternative, accept the City Manager's recommendation to waive, by a 5/7ths vote, the competitive bidding requirement, finding such waiver to be in the best interest of the City, and authorize the Administration to enter into direct, simultaneous negotiations with AT&T Corp. and Unify, Inc., respectively, for hosted automatic call distribution services; and further direct the Administration to submit the final negotiated agreement to the Mayor and City Commission for approval. PASSED AND ADOPTED this /3 day of ,Jy� 2016. ATTEST: cli RAFAEL E. GRA ADO, CITY .�-3 w� PHILIP LEV •,MAYOR 4. :INCORP ORATED: a APPROVED AS TO FORM & LANGUAGE &FOR EXECUT ON Alf/ .A' 31-71)k pr City Attorney ` ,' T:AGENDA\2016\July\Procurement\2016-107-WG RFQ Hosted Automatic Call Distribution Services\RFQ 2016-107-WG Hosted ACD-RESO.doc COMMISSION ITEM SUMMARY Condensed Title: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO REJECT ALL PROPOSALS RECEIVED, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2016-107-WG FOR HOSTED AUTOMATIC CALL DISTRIBUTION SERVICES;AND,IN THE ALTERNATIVE,ACCEPTING THE CITY MANAGER'S RECOMMENDATION TO WAIVE,BY A 5/7THS VOTE, THE COMPETITIVE BIDDING REQUIREMENT, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY,AND AUTHORIZING THE ADMINISTRATION TO ENTER INTO DIRECT, SIMULTANEOUS NEGOTIATIONS WITH AT&T CORP AND UNIFY, INC, RESPECTIVELY, FOR HOSTED AUTOMATIC CALL DISTRIBUTION SERVICES; AND FURTHER DIRECTING THE ADMINISTRATION TO SUBMIT THE FINAL NEGOTIATED AGREEMENT TO THE MAYOR AND CITY COMMISSION FOR APPROVAL. Key Intended Outcome Supported: Streamline The Delivery Of Services Through All Departments Supporting Data (Surveys, Environmental Scan, etc: N/A Item Summary/Recommendation: On April 13,2016,the City Commission approved the month-to-month extension with Inktel Contract Solutions,LLC(Inktel), for call center services until such time as the Finance and Emergency Management Departments are prepared to bring the contracted services in-house; and further authorized the issuance of RFQ 2016-107-WG to seek statements of qualifications from firms to provide hosted automatic call distribution services for the City of Miami Beach. The RFQ was released on April 21, 2016, with a proposal due date of June 3, 2016. Two(2)addenda were issued. The Procurement Department issued bid notices to 598 firms utilizing ww.publicpurchase.com. Fifty nine (59) prospective bidders accessed the advertised solicitation. The RFQ sought statements of qualification from firms to provide hosted automatic call distribution services for the City of Miami Beach. The RFQ resulted in the receipt of statement of qualifications from AT &T Corp. and Unify, Inc. AT & T Corp. was deemed non-responsive for failure to meet the requirements of the RFQ, including submission of verifiable information documenting compliance with the minimum qualification requirements. The proposer failed to provide three(3)references for which hosted automatic call distribution services have been provided within the last five(5)years. The remaining proposal from Unify, Inc., was initially deemed to be responsive and, therefore, was submitted to the Evaluation Committee for review and scoring. The Evaluation Committee scored the proposal submitted by Unify low because the proposal did not include a third-party hosted system as requested by the RFQ. RECOMMENDATION After reviewing the proposals received and the results of the evaluation process, as well as the importance of the timely implementation of the required services to assist the City in bringing in house the call center services currently outsourced to a contractor, the City Manager recommends that the Mayor and City Commission of the City of Miami Beach, Florida, approve the Resolution to: reject all proposals received, pursuant to Request for Qualifications(RFQ)No.2016-107-WG, for Hosted Automatic Call Distribution Services; and authorizing the Administration to enter into direct, simultaneous negotiations with AT&T Corp., and Unify, Inc.,to secure the most favorable agreement for the City in the most expeditions manner,waiving, by a 5/7ths vote,the competitive bidding requirements,finding such waiver to be in the best interest of the City;and further directing the Administration to submit the final negotiated agreement to the Mayor and City Commission for approval. Advisory Board Recommendation: N/A Financial Information: Source of Funds: Amount Account 1 Total Financial Impact Summary: City Clerk's Office Legislative Tracking: Alex Denis, 6641 Sig -Offs: +►� 1 Dept.; -nt Direct As 91 anager City Ma - AV AW M ��` li JLM Ala 'AGENDA\2016\July\Procurement\2016-107-WG RFD Hosted Au• - I Distribution Services\RFD 2016-107-WG Host..A D-Summary.doc V I A A ENDA ITEM C7 L � Y 1 DATE 7-43--Mo ® MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139,www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members o the City Co fission FROM: Jimmy L. Morales, City Manager DATE: July 13, 2016 SUBJECT: A RESOLUTION OF THE MA R AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO REJECT ALL PROPOSALS RECEIVED, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2016-107-WG FOR HOSTED AUTOMATIC CALL DISTRIBUTION SERVICES; AND, IN THE ALTERNATIVE, ACCEPTING THE CITY MANAGER'S RECOMMENDATION TO WAIVE, BY A 5/7THS VOTE, THE COMPETITIVE BIDDING REQUIREMENT, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY, AND AUTHORIZING THE ADMINISTRATION TO ENTER INTO DIRECT, SIMULTANEOUS NEGOTIATIONS WITH AT&T CORP AND UNIFY, INC, RESPECTIVELY, FOR HOSTED AUTOMATIC CALL DISTRIBUTION SERVICES; AND FURTHER DIRECTING THE ADMINISTRATION TO SUBMIT THE FINAL NEGOTIATED AGREEMENT TO THE MAYOR AND CITY COMMISSION FOR APPROVAL. ADMINISTRATION RECOMMENDATION Adopt the resolution. FUNDING The annual cost associated with the hosted automatic call distribution services is subject to the funds availability approved through the City's budgeting process. BACKGROUND On April 13, 2016, the City Commission approved the month-to-month extension with Inktel Contract Solutions, LLC (Inktel), for call center services until such time as the Finance and Emergency Management Departments are prepared to bring the contracted services in- house; and further authorized the issuance of RFQ 2016-107-WG to seek statements of qualifications from firms to provide hosted automatic call distribution services for the City of Miami Beach. RFQ PROCESS The RFQ was released on April 21, 2016, with a proposal due date of June 3, 2016. Two (2) addenda were issued. The Procurement Department issued bid notices to 598 firms utilizing ww.publicpurchase.com. Fifty nine (59) prospective bidders accessed the advertised solicitation. The RFQ sought statements of qualification from firms to provide hosted automatic call distribution services for the City of Miami Beach. The RFQ resulted in the receipt of statement of qualifications from AT & T Corp. and Unify, Inc. The proposal from AT & T Corp. was deemed non-responsive for failure to meet the requirements of the RFQ, including submission of verifiable information documenting compliance with the minimum qualification requirements. The proposer failed to provide three Commission Memorandum — RFQ 2016-107-WG Hosted Automatic Call Distribution Services July 13, 2016 Page 2 (3) references for which hosted automatic call distribution services have been provided within the last five (5) years. The remaining proposal from Unify, Inc., was initially deemed to be responsive and, therefore, was submitted to the Evaluation Committee for review and scoring. The results of the Evaluation Committee process are noted in the table below. The Evaluation Committee scored the proposal submitted by Unify low because the proposal did not include a third-party hosted system as requested by the RFQ. R B R H ' Alba ' Hawayek McBride Villareal Unify, Inc. 65 75 40 55 Scores are based on a possible 100 point maximum. CITY MANAGER'S DUE DILIGENCE After reviewing the proposals received and the results of the evaluation process, as well as the importance of the timely implementation of the required services to assist the City in bringing in house the call center services currently outsourced to a contractor, the City Manager recommends that the Mayor and City Commission of the City of Miami Beach, Florida, approve the Resolution to: reject all proposals received, pursuant to Request for Qualifications (RFQ) No. 2016-107-WG, for Hosted Automatic Call Distribution Services; and authorizing the Administration to enter into negotiations with AT&T Corp., and Unify, Inc., to secure the most favorable agreement for the City in the most expeditions manner, waiving, by a 5/7ths vote, the competitive bidding requirements, finding such waiver to be in the best interest of the City; and further authorizing the Mayor and City Clerk to execute an agreement. The City, through the RFQ, attempted to seek competition for the automated hosted call center services, which will allow City staff to effectively manage the current volume received by the Call Center. Unfortunately, one proposal received was non-responsive to the RFQ and the other did not provide the requested services. Due to the importance of implementing the Call Center in a timely fashion, I do not believe it is prudent or effective to issue a new RFQ. For this reason, I recommend pursuing the option to negotiate with available service providers as quickly as possible. Because of the time sensitivity of this project, as well as the fact that there is no City Commission meeting in August, I am also recommending that, as quickly as negotiations with the firm deemed to be in the best interest of the City can be completed, the Mayor and City Clerk be authorized to execute the Agreement. Prior to execution, the final proposed agreement will be distributed to the Mayor and City Commission via a Letter to Commission (LTC) seeking your review and comments. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida, approve the resolution accepting the recommendation of the City Manager, to reject all proposals received pursuant to Request for Qualifications (RFQ) No. 2016-107-WG for hosted automatic call distribution services; and, in the alternative, accept the City Manager's recommendation to waive, by a 5/7ths vote, the competitive bidding requirement, finding such waiver to be in the best interest of the City, and authorize the Administration to enter into direct, simultaneous negotiations with AT&T Corp. and Unify, Inc., respectively, for hosted automatic call distribution services; and further direct the Administration to submit the final negotiated agreement to the Mayor and City Commission for approval. JLM / MT/AW/AD /WG T:\AGENDA\2016\July\Procurement\RFQ 2016-107-WG Hosted ACD-Memo.doc