Loading...
97-22495 RESO RESOLUTION NO. 97-22495 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY 0 If MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ISSU'~ A REQUEST FOR PROPOSALS (RFP) NO. 96-96/97, FOR A CONTRACT Tl) PROVIDE HARDWARE AND SOFTWARE FOR AN ELECTRONIC DOCUMEN'r MANAGEMENT SYSTEM. WHEREAS, the City contracted with Gable Consulting to analyze the C lty s Imaging/Electronic Document Management needs, and to develop a Request for Proposals; and WHEREAS, it is the intent of the City to utilize the Request For Proposals process to st:le, t a qualified vendor who will be contracted to install an integrated hardware and software solution t ) the City's Imaging/Electronic Document Management needs. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CIT'{ COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and Cit { Commission hereby authorize the Administration to issue a Request for Proposals for an Electnmi ~ Document Management System. PASSED and ADOPTED this 10th day of September, 1997. ? I.~J .A,~ ATTEST: J< 0 v.ucr f eu-cb- CITY CLERK APPROVED AS TO FORM & lANGUAGE & FOR EXECUTION ~..~~ 3-~f~,~ Drt~ne Date ffJ~ CITY OF MIAMI BEACH Clrf HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\\ci.miami-beach.fl.us COMMISSION MEMORANDUM NO. 5 '5~ - C] 1 TO: Mayor Seymour Gelber and Members ofthe City Commission DATE: September 10, 1917 FROM: Jose Garcia-Pedrosa City Manager SUBJECT: A Resolution of ayor and City Commission of the City of Miami Beacil, Florida, Author ing the Administration to Issue Request for Proposals (HFJ'lt) No. 96-96/97, Electronic Document Management System. ADMINISTRATION RECOMMENDATION The Administration recommends adopting the attached Resolution authorizing the RFP to be issue 1. FUNDING Funding will be available from the Information Technology Internal Services Fund. BACKGROUND City Departments can become more efficient by automating their document management proce;;sei. As a result, the City contracted with Gable Consulting to analyze the City's document managemelt and imaging needs. The attached Request for Proposals (RFP) is the product of that analysis. The RFP solicits proposals for an integrated hardware and software solution for Electron c Document Management and Document Imaging. It asks vendors to provide a solution th It includes: · scanning documents into machine readable format, · converting captured text documents into revisable text, · capturing and managing scanned images, · maintaining document and image repositories, · tracking updates/release levels · managing the work-flow involved in the document preparation process, and · the equipment to support these functions. AGENDA ITEM C- '/ f~ 9- \0 -Ill DATE CONCLUSION The issuance of the RFP will allow the City to select a qualified vendor to provide an integr att.. d hardware and software solution to the City's Imaging/Electronic Document Management needs. JGP:~:PK Attachment DRAI::lr CITY OF MIAMI BEACH RFP NO. 96-96/97 REQUEST FOR PROPOSALS FOR ELECTRONIC DOCUMENT MANAGEMENT SYSTEM A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 2:00 P.M. ON OCTOBER 14, 1997, IN THE FIRST FLOOR CONFERENCE ROOM OF CITY HALL, 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLOOR All proposals must be accompanied by a proposal guaranty, payable to the Ci~r (f Miami Beach, in the form of a certified check, cashier's check, or proposal bond in th ,e amount of $250.00. The successful respondent will be required to provide a $5,0011.0 ) Performance Bond which will remain in effect during the term of the Agreement. PROPOSALS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN 2:00 P.M. ON NOVEMBER 4,1997 CITY OF MIAMI BEACH PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE, THIRD FLOOR MIAMI BEACH, FL 33139 PHONE: (305) 673-7490 FAX: (305) 673-7851 RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 1 TABLE OF CONTENTS 1. INSTRUCTIONS TO BIDDERS AND PROPOSAL SUBMISSION REQUIREMENTS I. OVERVIEW AND PROPOSAL PROCEDURES II. SCOPE OF SERVICES III. PROPOSAL FORMAT IV. EVALUATION/SELECTION PROCESS; CRITERIA FOR EVALUATION V. GENERAL PROVISIONS VI. SPECIAL TERMS AND CONDITIONS VII. ATTACHMENTS VIII. PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY 2.0 Project Introduction and Overview 2.1 Introduction: The City of Miami Beach 2.2 Project Overview 2.3 Project Objectives 2.4 Project Scope 2.5 System Objectives 2.6 System/ Vendor Expectations 2.7 Work Plan 1 A. City Clerk's Office - October, 1997 18. Legal Department! Other City Departments - December, 1997 1 C. City Manager's Office - March, 1998 2A. Building Department - June, 1998 28. Planning and Zoning - September, 1998 2C. Public Works Engineering and Construction - December, 1998 3A. Special Masters Files - January, 1999 3 B. Procurement - March, 1999 2.8 System Installation 2.9 Document Conversion 2.10 System Operation 2.11 Training 2.12 User Acceptance Testing 2.13 Vendor Selection Criteria 2.14 Known Constraints RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 2 .I~,,~ 2 1 21 21 21 22 22 23 23 24 24 25 2 6 27 28 28 28 28 29 29 29 29 2-10 3.0 Functional Requirements 3.1 General Requirements 3.2 Interface 3.3 Environment 3.4 Capture 3.5 Search and Retrieval 3.6 Workflow 3.7 Word Processing Integration 3.8 Document Distribution and Printing Requirements 3.9 Security 3.10 System Administration, Storage and File Control 3.10.1 Back up 3.10.1 Storage 3.11 System Performance 3.12 Development Tools 31 3 1 3 1 3 1 3 I 3 2 3 3 3 3 3 3 3 3 3 3 3 4 3 4 3 4 35 4. Technical Capabilities Information Required Definition of Terms Used 4.1 Technical Response Criteria 4.2 Document Management 4.3 Document Imaging 4.4 Scanning/ OCR! Conversion 4.5 Text Retrieval 4.6. Storage Devices/ Media 4.7 Workflow 4.8 Printing/ Plotting 4.9 Security 4.10 Standards 4.11 The Integrated Solution 4.12 Training/ Documentation 4.13 Staffing 4.14 Project Management 4.15 Warranty and Maintenance 4.16 General Company Information 4.17 Cost Schedules 4, 1 4 1 4 1 4 1 4 2 4 4 4, 5 4. 6 4. 7 4. 7 4. 8 4. 8 4. 8 4. 8 4. :) 4. :) 4. :) 4.~ 4-1) 5.0 System Acceptance Criteria Phase IA: Phase 1 B Phase 1 C Phase 2A Phase 2B Phase 2C Phase 3A Phase 3 B 5. I 5.1 5.1 5.[ 5.1 5-2 5- .2 5-2 5-2 RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 3 Appendix A: Department Profiles Phase I City Clerk (Phase IA) Legal Department / Other City Departments (Phase I B) City Manager's Office (Phase I C) Phase 2 Building Department (Phase 2A) Planning and Zoning (Phase 2B) Public Works Engineering & Construction (Phase 2C) Phase 3 Special Masters Unit, Legal Department, Building Department (Phase 3A) Procurement (Phase 3B) A-I A-I A. ~ A- ~ A- ~ A- ~ A. , A-l A-l Appendix B: Technical Environment Information Technology Organization Information Environment Computing Environment Mid-range Computers Servers Desktops Printers Network Software Environment Operating Systems Applications Office Suite Databases Internet! Intranet Plans Document Management System Standards Network Devices by Department B-1 B.I B-1 B.l B-1 B..~ B-Z B- , B-l B-l B-, B-l B-l B.l B-l B-l B-l Appendix C: Document Descriptions and Retrieval Volumes Phase I Afteraction Documents Resolutions Ordinances Regular and Consent Agendas Commission Memoranda Contracts and Agreements Committee Reports Handouts And Supplemental Material Phase 2 Building Plans Building Cards Recertification Files Design Review Board Files Zoning Board of Adjustment Files Historic properties Public Works As-Built Drawings C-l C-l C-l C-l C-.~ C-.~ C-.! C-.~ C-l C-l C-.l C., C-' C.l C-l C-l C- ; C- ; RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 4 Phase 3 Special Masters Case Files Purchasing Files C-5 C-6 c-s Appendix D: Workflows Phase IA City Clerk's Office, Information Request Process Phase 1B Legal Department, Form Approval Phase I C City Manager's Office, Commission Meeting Process Phase 2A Building Department, Building Permit Overview Phase 2B Planning / Zoning, Overview Current Workflow Phase 2C Public Works Engineering & Construction Phase 3A Special Master's Overview Phase 3B Procurement Department, Formal Bid Files D.l 0.2 0-3, 4, 5 0-5 D.7 D-~ D.~ ])-1 ) RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 5 SECTION I - OVERVIEW AND PROPOSAL PROCEDURES A. INTRODUCTIONIBACKGROUND The City of Miami Beach plans to implement an electronic document management system to enab e storage and retrieval of specific document types throughout eight City departments. The City s strategy is to implement image capabilities initially, then move upstream in the workflow proce: s to allow capture and electronic approval of electronic documents, then enable assembly of docurneJ It packages consisting of electronic documents and images. Project expansion beyond the initial pla~e includes providing document access capabilities to an additional 34 City departments. As part If this project, the City expects text-based materials to become accessible to citizens via Inttm:t access. The project encompasses both source documents and electronic documents. The docunel It management system entails image storage and retrieval, electronic signature capabilities, minl',r editing and version control for electronic documents, document assembly, attribute and full te: .:t indexing, some workflow routing and tracking, and the management of case files. The system mu.t be capable of handling business sized and engineering drawing sized images, word processing te: .:t files, and some color photographs and renderings. B. RFP TIMET ABLE The anticipated schedule for this RFP and contract approval is as follows: RFP issued September 17, 1997 Deadline for receipt of questions October 8,1997 Pre- Proposal Conference October 14,1997,2:00 p.m. Deadline for receipt of proposals November 4,1997,2:00 p.m. Evaluation/selection process Week of December 3,1997 Projected award date December 18,1997 Projected contract start date January 2,1997 C. PROPOSAL SUBMISSION An original and ten copies of complete proposal must be received by November 4, 19~'7 1t 2:00 p.m. and will be opened on that day at that time. The original and all copies mu:;t 1,e submitted to the Procurement Division in a sealed envelope or container stating or d.e outside the proposer's name, address, telephone number, RFP number and title, and propos 11 due date. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 6 The responsibility for submitting a response to this RFP to the Procurement Division on (r before the stated time and date will be solely and strictly that of the proposer. The City wi J in no way be responsible for delays caused by the U.S. Post Office or caused by any oth, r entity or by any occurrence. Proposals received after the proposal due date and time will nl t be accepted and will not be considered. D. PRE-PROPOSAL CONFERENCE A pre-proposal conference will be held on October 14, 1997, at 2:00 p.m., in the First Flo( r Conference Room of City Hall, 1700 Convention Center Drive, Miami Beach, Florid;,. Proposers are encouraged to submit written questions to the contact person in advance. E. CONT ACT PERSON/ADDITIONAL INFORMATION/ADDENDA The contact person for this RFP is the Procurement Director at (305) 673-7490. Propose) s are advised that from the date of release of this RFP until award of the contract, no contal:t with City personnel related to this RFP is permitted, except as authorized by the contal:t person. Any such unauthorized contact may result in the disqualification of the propmer s submittal. Requests for additional information or clarifications must be made in writing to tie Procurement Director no later than the date specified in the RFP timetable. Facsimiles wi J be accepted at (305) 673-7851. The City will issue replies to inquiries and any other corrections or amendments it deen s necessary in written addenda issued prior to the deadline for responding to the RFJ'. Proposers should not rely on representations, statements, or explanations other than thme made in this RFP or in any addendum to this RFP. Proposers are required to acknowl,:d~e the number of addenda received as part of their proposals. The proposer should verify ,,'Vi1 lit the Procurement Division prior to submitting a proposal that all addenda have he.:n received. F. PROPOSAL GUARANTY All proposals must be accompanied by a proposal guaranty, payable to the City of M ,arli Beach, in the form of a certified check, cashier's check, or proposal bond in the amount I 'If $250.00. Failure by a proposer to honor its proposal or to submit any required insurance l'lr performance bond, within the time stated, shall cause the proposal guaranty submitted wi h the proposal to be forfeited. Any proposal which is not accompanied by the required proposal guaranty shall Ie considered non-responsive and ineligible for award. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 7 Proposal guaranty will be returned to successful proposer upon approval of any require,:l insurance certificates or bonds. Guaranties submitted by other than the successful propDSIT will be returned after award of contract. G. MODIFICA TION/WITHDRA W ALS OF PROPOSALS A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal up until the proposal due date and time. Modifications received after tl e proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless the proposal is withdrawn. in writing prior to the proposal due date or upon expiration of one-hundred twenty calend. r days after the opening of proposals without a contract award. Letters of withdrawal rece eve :l after the proposal due date and before said expiration date, and letters of withdrawal rece I ve :l after contract award will not be considered. H. RFP POSTPONEMENT/CANCELLA TION/REJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any anc al ii, proposals; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or wah e any irregularities in this RFP or in any proposals received as a result of this RFP. I. COST INCURRED BY PROPOSERS All expenses involved with the preparation and submission of proposals to the City, or an y work performed in connection therewith, shall be borne by the proposer(s) and not be reimbursed by the City. J. VENDOR APPLICATION Prospective proposers should register with the City of Miami Beach Procurement Division; this will facilitate their receipt of future notices of solicitations when they are issued. A ill proposer(s) must register prior to award; failure to register will result in the rejection o:"tle proposal. Potential proposers may contact the Procurement Division at (305) 673-7490110 request an application. Registration requires that a business entity complete a vendor application and submit fin annual administrative fee of $20.00. The following documents are required: 1. Vendor registration form 2. Commodity code listing 3. Articles of Incorporation - Copy of Certification page RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 8 4. Copy of Business or Occupational License 5. Notarized Florida Public Entity Crime Affidavit It is the responsibility of the proposer to inform the City concerning any changes, incIudir g new address, telephone number, services, or commodities. K. EXCEPTIONS TO RFP Proposers must clearly indicate any exceptions they wish to take to any of the terms in th s RFP, and outline what alternative is being offered. The City, after completing evaluation;, may accept or reject the exceptions. In cases in which exceptions are rejected, the CitY1u y require the proposer to furnish the services or goods described herein, or negotiak en acceptable alternative. L. SUNSHINE LAW Proposers are hereby notified that all information submitted as part of a response to thisll P will be available for public inspection after opening of proposals, in compliance with Chcptl ':r 286, Florida Statutes, knOWfl as the "Government in the Sunshine Law". M. NEGOTIATIONS The City may award a contract on the basis of initial offers received, without discussioll, ( "r may require proposers to give oral presentations based on their proposals. The City reservl s the right to enter into negotiations with the selected proposer, and if the City and the selectt: d proposer cannot negotiate a mutually acceptable contract, the City may terminate tl ,e negotiations and begin negotiations with the next selected proposer. This process wi III continue until a contract has been executed or all proposals have been rejected. No proposl:r shall have any rights in the subject project or property or against the City arising from Hue h negotiations. N. PROTEST PROCEDURE Proposers that are not selected may protest any recommendations for contract awar,l t y sending a formal protest letter to the Procurement Director, which letter must be receive:! r 10 later than 5 calendar days after contract award by the City Commission. The PrOCUreI1elllt Director will notify the protester of the cost and time necessary for a written reply, and a III costs accruing to an award challenge shall be assumed by the protester. Any proTess received after 5 calendar days from contract award by the City Commission will net t ,e considered, and the basis or bases for said protest shall be deemed to have been waived t y the protester. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 9 O. RULES; REGULATIONS; LICENSING REQUIREMENTS Proposers are expected to be familiar with and comply with all Federal, State and local law:, ordinances, codes, and regulations that may in any way affect the services offered, includins the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Unif on 1 Guidelines, and all EEO regulations and guidelines. Ignorance on the part of the prOpJSI r will in no way relieve it from responsibility for compliance. P. DEFAULT Failure or refusal of a proposer to execute a contract upon award by the City Commis~io] Il, or untimely withdrawal of a proposal before such award is made, may result in forfeitUle ( f that portion of any proposal surety required equal to liquidated damages incurred by the 2i1 y thereby, or where surety is not required, such failure may be grounds for removing tl;e proposer from the City's vendor list. Q. CONFLICT OF INTEREST The award of this RFP is subject to provisions of State Statutes and City ordinances. A,J proposers must disclose with their proposal the name(s) of any officer, director, agent, ("r immediate family member (spouse, parent, sibling, child) who is also an employee oj' He City of Miami Beach. Further, all proposers must disclose the name of any City emploYte who owns, either directly or indirectly, an interest of ten (10%) percent or more in He proposer or any of its affiliates. R. PROPOSER'S RESPONSIBILITY Before submitting proposal, each proposer shall make all investigations and examinatiOl S necessary to ascertain all conditions and requirements affecting the full performance oCH e contract. No pleas of ignorance of such conditions and requirements resulting from fa: Iu: e to make such investigations and examinations will relieve the successful proposer from ar y obligation to comply with every detail and with all provisions and requirements of tl e contract documents, or will be accepted as a basis for any claim whatsoever for any mom:tm y consideration on the part of the proposer. S. RELATION OF CITY It is the intent of the parties hereto that the successful proposer shall be legally considend to be an independent contractor and that neither the proposer nor the proposer's empIoyel:s and agents shall, under any circumstances, be considered employees or agents of the Cit:,. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 10 SECTION II - SCOPE OF SERVICES See Sections 2.0 - Project Introduction and Overview, 3.0 - Functional Requirements, 4.0 - Technical Capabilities Information Required, 5.0 - System Acceptance Criteria, an I Appendices A - Department Profiles, B- Technical Environment, C - Document Descriptllor s and Retrieval Volumes, and D - W orkflows. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 11 SECTION III - PROPOSAL FORMAT Proposals must contain the following documents, each fully completed and signed as required. Proposals which do not include all required documentation or are not submitted in the require:l format, or which do not have the appropriate signatures on each document, may be deemed t,) t e non-responsive. Non-responsive proposals will receive no further consideration. A. CONTENTS OF PROPOSAL 1. Table of Contents Outline in sequential order the major areas ofthe proposal, including enclosures. A ill pages must be consecutively numbered and correspond to the table of contents. 2. Proposal Points to Address: Proposer must respond to the questionnaire in Section 4, Technical Capabiliti( s Information Required, which includes questions about the suite of products b::ir g proposed, training and documentation, staffing, project management, warranty ar d maintenance, general company information, and cost schedules. Please do nllt include brochures, manuals, or boilerplate proposals. These types of materials me y be added as an appendix after Section 4. 3. Acknowledgment of Addenda and Proposer Information forms (Section VIII) 4. Any other document required by this RFP. such as a Questionnaire or ProtJosu, Guaranty. Also include either an annual report or financial data (e.g. aucitt d financial statement, Dunn & Bradstreet rating report, etc.) RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 12 SECTION IV - EVALUATION/SELECTION PROCESS: CRITERIA FOR EV ALUATIOj''! The procedure for proposal evaluation and selection is as follows: 1. Request for Proposals issued. 2. Receipt of proposals. 3. Opening and listing of all proposals received. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate (~ac '1 proposal in accordance with the requirements of this RFP. If further information is desired, proposers may be requested to make additional written submissions or oral presentatlOI s before the Evaluation Committee makes its recommendation. 5. The Evaluation Committee shall recommend to the City Manager the proposal or propc sa s acceptance of which the Evaluation Committee believes to be in the best interest of the Ci~ '. The Evaluation Committee shall base its recommendations on the following fact()rs Experience of firm Qualifications of staff Technical proposal Cost to City 6. After considering the recommendation(s) of the Evaluation Committee, the City Manlg1 ':r shall recommend to the City Commission the proposal or proposals acceptance of whicll tl e City Manager deems to be in the best interest of the City. 7. The City Commission shall consider the City Manager's recommendation(s) in light o:tl e recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, appro' e the City Manager's recommendation(s). The City Commission may reject City Mana~~er s recommendation(s) and select another proposal or proposals. In any case, City Commissic n shall select the proposal or proposals acceptance of which the City Commission deems to Ie in the best interest of the City. The City Commission may also reject all proposals. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 13 8. Negotiations between the selected proposer and the City Manager take place to arrive at a contract. If the City Commission has so directed, the City Manager may proceed to negojal.~ a contract with a proposer other than the top-ranked proposer if the negotiations with the tOl - ranked proposer fail to produce a mutually acceptable contract within a reasonable period ( f time. 9. A proposed contract or contracts are presented to the City Commission for appreva I., modification and approval, or rejection. 10. If and when a contract or contracts acceptable to the respective parties is approved b) tl e City Commission, the Mayor and City Clerk sign the contract(s) after the sele:::td proposer(s) has or have done so. Important Note: By submitting a proposal, all proposers shall be deemed to understand and agree thalt no property interest or legal right of any kind shall be created at any point during the afore:'iai Ii evaluation/selection process until and unless a contract has been agreed to and signed by hot b parties. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 14 SECTION V - GENERAL PROVISIONS A. ASSIGNMENT The successful proposer shall not enter into any sub-contract, retain consultant;, ( r assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or a I of its right, title, or interest therein, or its power to execute such contract to an y person, firm, or corporation without prior written consent of the City. I\.n y unauthorized assignment shall constitute a default by the successful proposer. B. INDEMNIFICATION The successful proposer shall be required to agree to indemnify and hold harrrle~s the City of Miami Beach and its officers, employees, and agents, from and again:t any and all actions, claims, liabilities, losses and expenses, including but not lirritt::l to attorneys' fees, for personal, economic or bodily injury, wrongful death, 1m,s (f or damage to property, in law or in equity, which may arise or be alleged to hme arisen from the negligent acts or omissions or other wrongful conduct of tie successful proposer, its employees, or agents in connection with the performanc e ("f service pursuant to the resultant Contract; the successful proposer shall pay all sue h claims and losses and shall pay all such costs and judgments which may issue 1i"m n any lawsuit arising from such claims and losses, and shall pay all costs expended t y the City in the defense of such claims and losses, including appeals. C. TERMINATION FOR DEFAULT Ifthrough any cause within the reasonable control of the successful proposer, it :ihc:U fail to fulfill in a timely manner, or otherwise violate any of the covenant;, agreements, or stipulations material to the Agreement, the City shall thereupon ha, e the right to terminate the services then remaining to be performed by giving wr tt( n notice to the successful proposer of such termination which shall become effecti, e upon receipt by the successful proposer of the written termination notice. In that event, the City shall compensate the successful proposer in accordance wi h the Agreement for all services performed by the proposer prior to termination, n.~t Ilf any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful proposer shall not be relieved of liabli y to the City for damages sustained by the City by virtue of any breach of tie Agreement by the proposer, and the City may reasonably withhold payments to tie successful proposer for the purposes of set off until such time as the exact amount Ilf damages due the City from the successful proposer is determined. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 15 D. TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to b performed at any time without cause by giving written notice to successful prop :1St r of such termination, which shall become effective thirty (30) days following reeeiJ,t by proposer ofthe written termination notice. In that event, all finished or unfinishe i documents and other materials shall be properly delivered to the City. If tt e Agreement is terminated by the City as provided in this section, the City ~ha J compensate the successful proposer in accordance with the Agreement for all services actually performed by the successful proposer and reasonable direct cos, s of successful proposer for assembling and delivering to City all documents. Sue h payments shall be the total extent of the City's liability to the successful proposer upon a termination as provided for in this section. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 16 SECTION VI - SPECIAL TERMS AND CONDITIONS PERFORMANCE BOND: Within five calendar days after the award of the Agreement, the successful Respondent will t.~ required to obtain and provide a $5,000.000 Performance Bond which will remain in effect durin.~ the term of the Agreement. The bond shall be executed by a responsible corporate surety which h, s been given a B+ VI or higher rating by the most recent edition of AM Best's Insurance Guide an i which is authorized to issue bonds in the State of Florida through an authorized agent with an om, Ie in Florida. In the alternative, an Irrevocable Letter of Credit or Cashier's Check will be acceI tee !.. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 17 PERFORMANCE BOND (This bond meets and exceeds the requirements of Florida Statutes Section 255.05) STATE OF FLORIDA) ss COUNTY OF ) KNOW ALL MEN BY THESE PRESENTS that we, as Principal, hereinafter called Contract)r, and as Surety, are firmly bound unto the City ofMiani Beach, Florida, as Obligee, hereinafter called the City, in the Penal sum of Doll.liS ($ ), for the payment of which sum well and truly to be made, we bind ourselves, Ol r heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, WHEREAS, Contractor, on the _ day of , 19_, entered intcl a certain contract with the City, hereto attached, for RFP No. 96-96/97, Entitled "Electronic Document Mana:5ement System." which Contract is made a part hereof by reference thereto. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, lha:, if the Contractor shall well and truly perform and fulfill all the undertakings, covenants, terms, conditi, ms and agreements of said Contract, and all duly authorized modifications of said Contract that may here lfter be made, notice of which modifications to the Surety being hereby waived, then this obligation shall 1 ,e void; otherwise to remain in full force and effect. WHENEVER the Principal shall be and is declared by the City to be in default under the C )ntract, or whenever the Contract has been terminated by default of the Contractor, the City having perf on n.ed the City's obligations thereunder, the Surety shall: 1. Complete the Contract in accordance with its terms and conditions, or at the Ci1 'V's sole option. 2. Obtain a Bid or Bids for submission to the City for completing the Contract in accllrdance with its terms and conditions, and upon determination by the City and the Su~et l of the lowest responsible Bidder, arrange for a Contract between such Bidder and tht: C .ty, and make available as Work progresses (even though there should be a default or a ~IUC ,;:;ession of defaults under the Contract or Contracts of completion arranged under this parlgraph) sufficient funds to pay the cost of completion less the balance of the Contract pri,;:;e: but not exceeding, including other costs and damages for which the Surety may b: liable hereunder, the amount set forth in the first paragraph hereof. The term "balanc.~ of the RFP NO, 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 18 Contract price" as used in this paragraph, shall mean the total amount payable by t Ie City to the Contractor under the Contract and any amendments thereto, less the amount properly paid by the City to the contractor. No right of action shall accrue on this Bond to or for the use of any person or corporation otl er than the City named herein or the successors or assignees thereof. The Surety shall and does hereby agree to indemnify the City and hold it harmless of, fr,)m and against any and all liability, loss, cost, damage or expense, including reasonable attorneys fees, engi leering and architectural fees or other professional services which the City may incur or which may ac::ne or be imposed upon it by reason of any negligence, default, act and/or omission on the part of the Con:ractor, any Subcontractor and Contractor's or Subcontractors agents, servants and/or employees, in, ahOl t or on account of the Construction ofthe work and performance of said Contract by the Contractor. This Bond shall remain in full force and effect for such period or periods of time after the date of acceptance of the project by the City as are provided for in the Contract Documents, and the COl tractor hereby guarantees to repair or replace for the said periods all work performed and materials and t:ql ipment furnished, which were not performed or furnished according to the terms of the Contract Documtnts. If no specific periods of warranty are stated in the Contract Documents for any particular iterr: o' work material or equipment, the Contractor hereby guarantees the same for a minimum period of on e ( I) year from the date of final acceptance by the City of the entire project. Any suit on this bond must be instituted within such period or periods as may be providt:d ,y law. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 19 IN WITNESS WHEREOF, the above bounded parties have caused this Bond to be e:Keclted by their appropriate officials of the day of _, 19 WITNESS: COUNTERSIGNED BY RESIDENT FLORIDA AGENT OF SURETY: (Copy of Agent's current License as issued by State of Florida Insurance Commissioner RFP NO. 96-96/97 DATE: 8/28/97 PRINCIP AL: (If sole Proprietor or partnership) (Firm Name) BY Title: (Sole Proprietor or Partner) PRINCIPAL (If Corporation) (Corporate Name) BY (President) Attest: (Secretary) (CORPORATE SEAL) SURETY: By: Attorney-in-fact (CORPORATE SEAL) CITY OF MIAMI BEACH 20 (Power of Attorney must be attached) END OF PERFORMANCE BOND CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the Corporation named a:; P'incipal in the foregoing bond; that who signed the said bond on beb all of the Principal, was then of said Corporation; that I know his signature, lnd his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in h~half of said Corporation by authority of its governing body. Secretary Corporate Seal ACKNOWLEDGMENT OF ATTORNEY-IN-FACT SURETY STATE OF FLORIDA) ss COUNTY OF ) Before me, a Notary Public, duly commissioned, qualified and acting, personally a]'peared who says that he is the Attorney-in-Fact, fc r the (Surety) and that he has been authorized by the Surety to exec ute the foregoing bond on behalf of the Surety named therein in favor of the City of Miami Beach, Fluri<.a. Said person is _ personally knoWfl to me, or _ has produced (specify type of identification, i.I~., .:lriver's license and number, state of issue, etc.) and who did take an oath, or did not take an oath. WITNESS my hand and official seal, at the County and State aforesaid, on the day a ld year aforesaid. (Attach Power of Attorney) Notary Public State of Florida-at-Large My commission Expires: RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 21 SECTION VII - A TT ACHMENTS See Appendices A-D RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 22 SECTION VIII - PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 23 PROPOSER INFORMATION Submitted by: Proposer (Entity): Signature: Name (Typed): Address: City/State: Telephone: Fax: It is understood and agreed by proposer that the City reserves the right to reject any ll,nd all proposals, to make awards on all items or any items according to the best interest of the Ciy, and to waive any irregularities in the RFP or in the proposals received as a result of the RFP. It is also understood and agreed by the proposer that by submitting a proposal, proposer shall be deened to understand and agree than no property interest or legal right of any kind shall be creat,ed at any point during the aforesaid evaluation/selection process until and unless a contract has betmlgreed to and signed by both parties. (Authorized Signature) (Date) (Printed Name) RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 24 REQUEST FOR PROPOSALS NO. 96-96/97 ACKNOWLEDGMENT OF ADDENDA Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connectior \\ ith this RFP: Addendum No.1, Dated Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part II: No addendum was received in connection with this RFP. Verified with Procurement staff Name of staff Date (Proposer - Name) (Date) (Signature) RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 25 DECLARATION TO: Jose Garcia-Pedrosa City Manager City of Miami Beach, Florida Submitted this day of ,1997. The undersigned, as proposer, declares that the only persons interested in this proposal are named herein; that no other person has any interest in this proposal or in the Contract to which this proposal peltai ns; that this proposal is made without connection or arrangement with any other person; and that this 1= ro )osal is in every respect fair and made in good faith, without collusion or fraud. The proposer agrees if this proposal is accepted, to execute an appropriate City of Miami Beach do;ument for the purpose of establishing a formal contractual relationship between the proposer and be City of Miami Beach, Florida, for the performance of all requirements to which the proposal pertains The proposer states that the proposal is based upon the documents identified by the following nUl nb:r: RFP No. 96-96/97 SIGNATURE PRINTED NAME TITLE (IF CORPORATION) RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 26 Proposer's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a Corporation. answer this: When Incorporated: In what State: If Foreil:n Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's Name: Members of Board of Directors: RFP NO. 96-96/97 DATE: 8/28/97 QUESTIONNAIRE CITY OF MIAMI BEACH 27 Ouestionnaire (continued) If a Partnership: Date of organization: General or Limited Partnership*: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership I. Number of years of relevant experience in operating similar business: 2. Have any similar agreements held by proposer for a project similar to the propos.~dJroject ever been canceled? Yes ( ) No ( ) If yes, give details on a separate sheet. 3. Has the proposer or any principals of the applicant organization failed to qualify as a responsible bidder, refused to enter into a contract after an award has been made,. hiled to complete a contract during the past five (5) years, or been declared to be in defauh in any contract in the last 5 years? If yes, please explain: RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 28 Ouestionnaire (continued) 4. Has the proposer or any of its principals ever been declared bankrupt or reorganu,ed under Chapter 11 or put into receivership? If yes, give date, court jurisdiction, action taken, and any other explanation (I eemed necessary . 5. Person or persons interested in this bid and Qualification Form (have)___(have not) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strke out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or indi"iduals with more than ten percent (10%) interest: A. List all pending lawsuits: B. List all judgments from lawsuits in the last five (5) years: C. List any criminal violations and/or convictions of the proposer and/or :m:' of its principals: 7. Conflicts ofInterest. The following relationships are the only potential, actual, or pel'ceived conflicts of interest in connection with this proposal: (If none, so state.) RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 29 The proposer understands that information contained in this Questionnaire will be relied upon 1 y the City in awarding the proposed Agreement and such information is warranted by the propm,er to be true. The undersigned proposer agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the proposer, as may be required by the City Marlager. The proposer further understands that the information contained in this questionnaire m:ilY be confirmed through a background investigation conducted by the Miami Beach Police Departmen t. By submitting this questionnaire the proposer agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. WITNESSES: IF INDIVIDUAL: Signature Signature Print Name WITNESSES: Print Name IF PARTNERSHIP: Signature Print Name of Firm Print Name Address By: Signature (General Partner) (Print Name) WITNESSES: (Print Name) IF CORPORATION: Signature Print Name of Corporation Print Name Address By: President Attest: Secretary (CORPORATE SEAL) RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 30 2.0 Proiect Introduction and Overview 2.1 Introduction: The City of Miami Beach Incorporated in 1915, the City of Miami Beach comprises 7.1 square miles ofland and 10 square miles of water. The Cily h a City Manager form of government, with six commissioners serving staggered four-year terms and a Mayor serving a two- ~'ea' term. Population in 1996 was 92,619. 2.2 Project Overview The City of Miami Beach plans to implement an electronic document management system to enable storage and retrieval )f ~)ecific document types throughout eight City departments. The City's strategy is to implement image capabilities initially, lhel move upstream in the workflow process to allow capture and electronic approval of electronic documents, then enable as,en bly of document packages consisting of electronic documents and images. Project expansion beyond the initial phase includes pre viding document access capabilities to an additional 34 City departments. As part of this project, the City expects text-basec ill :terials to become accessible to citizens via Internet access. The project encompasses both source documents and electronic documents. The document management system entlils image storage and retrieval, electronic signature capabilities, minor editing and version control for electronic documents, dOl ument assembly, attribute and full text indexing, some workflow routing and tracking, and the management of case files. The systen must be capable of handling business sized and engineering drawing sized images, word processing text files, and som. color photographs and renderings. 2.3 Project Objectives The City's approach is to implement an electronic document management system in phases on a department by departmen basis; however, the departmental approach is guided by an overall strategy that includes adherence to industry standards and int:rnally developed technology standards. All project phases are expected to contribute to the City's overall goals of: (1) Providing e) cellent public service at reasonable cost; (2) Increasing departmental productivity; and (3) Reducing time and expenses associatl d with printing, distribution and maintaining duplicate files in multiple City departments. 2.4 Project Scope The project will consist of the following tasks: Detailed design specification for source documents and drawings, and electronic documents and drawings. Facilities plan indicating equipment placement and any changes required for existing facilities. Implementation schedule. Network utilization study. System installation and testing to include hardware and software testing. Source document preparation and input procedures. Indexing procedures. System operation. Document Distribution, including print, plot, fax and Internet access. Training for Scanner operators Users (frequent and occasional) Document package assembly Systems administrators City Information Systems personnel, including network administrators and project manager Train the trainer for designated City personnel. User Acceptance Testing. Documentation - system and user procedures manuals. Ongoing maintenance, software updates and new releases. For more information, see the Work Plan in section 2.7. RFP NO. 96-96/97 DA TE: 8/28/97 CITY OF MIAMI BEACH 31 2.5 System Objectives In order to meet the City of Miami Beach's objectives, the system must allow users to navigate system functionality wit!1 a,ingle, simple to use interface and be capable of adding layers of complexity in phases. In addition, the system must be able to: Electronically file and retrieve letter and legal sized business documents. Electronically file and retrieve engineering and architectural drawings, sizes A through E. Scan and digitize 35mm microfilm of engineering drawings on demand. Allow image annotation via redline, post it or highlight. Retrieve images based on index attributes. Perform OCR on selected documents. Retrieve specific document types based on full text search. Route, edit and sign documents electronically. Track documents as they flow through various City departments. Print specific documents with overlays to designate "Certified" copies. Associate related documents in an electronic file folder. Place the same image (pointer) in more than one electronic file folder. Create an electronic document repository accessible to City staff and the general public. Print or fax documents once they have been retrieved. 2.6 System/ Vendor Expectations Ideally, the City wants to work with one vendor that can provide all of the capabilities required throughout the project pt as( s. The system and the vendor must meet certain expectations that have been defined by the City. For the vendor, these include the ability to: Function as a partner and team member with the City in committing to the overall success of document imaging and do:ument management. Gain user acceptance of the technology. Validate the system functionality within the current environment. Prove ease of system use via limited training requirements. For the system, the City's expectations include: Compatibility with the existing and planned technical environment. Scalability, i.e., the ability of the system hardware and software to grow throughout the City. Flexibility in adapting to user needs without significant development efforts. 2.7 Work Plan Work on this project is segmented into phases. Each phase is designed to provide capabilities on which to build succeedng Jhases. Expected completion dates are shown next to each phase. Phase 1 - October, 1997 through March, 1998 City Clerk's Office - October, 1997 Provide the City Clerk's Office with document management software that can capture paper documents as images, store elt ctronic documents and images in an electronic repository, and allow full text search of the repository to answer requests for in for nation. Three workstations, and one scanner are anticipated for this stage. Document capture is expected to be day forward. (:on iersion to include one fiscal year of materials is a possibility. Optical character recognition will be required for selected documents. Details of the City Clerk's department appear in Appendix A. Document descriptions appear in Appendix C. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 32 Functionality Required The City Clerk's department must be able to: I. Capture document images and index them by document type, document number (if applicable), Commission I !leeting date or other fields that would enable ease of retrieval. 2. Link the Afteraction document with images and/or electronic files of related material. 3. Link transcriptions with images and/or electronic files of related material. 4. Perform a full text search and be able to retrieve the electronic document and/or image document(s) that pert lin, for example, the Commission memoranda, resolution, ordinance, contract or any other attachment that pertains (pI esently using Folio Views). 5. Fax documents and images to others from within the document management application on the PC. 6. E-mail documents and images to others connected to the City network. 7. Print documents with an overlay stating that the printed document is an official copy. This implies being able to lverlay an annotation on the image upon printing to show that it is an "certified" copy. 8. Print documents with an overlay City seal to designate the printed document is an official copy. 9. Allow the City Clerk to electronically sign resolutions, ordinances and other electronic documents requiring si! nature. Allow the Mayor to have electronic signature capabilities. Provide security measures for electronic signature c lpa)ilities. 10. Place the final version of City Commission Meeting materials, (Commission Memoranda, resolutions, ordinan:es and support materia!), into a document repository accessible as a read only file to other City departments. Some doc Iments will be text files, others will need to be scanned. 11. Allow citizen access to the City Commission repository via the Internet. lB. Legal Department/ Other City Departments - December, 1997 Provide originating departments the ability to route word processing files of Commission Memoranda, Resolutions, Ord nances and other documents to a single workstation in Legal for review. Allow Legal to make suggested changes on the doc Im:ot and return it to the originator. Allow one representative in Legal to electronically sign off on approved documents. Electronic document routing and viewing for one workstation in each City department (approximately 34 workstations). If City departments are to achieve document routing via a document management system, the functionality to access an elf:tronic repository should be added during this phase. Routing, viewing and redaction features for one PC in Legal. Electronic signature functionality for two people (one primary & one backup) in Legal. Ie. City Manager's Office - March, 1998 Provide document management software to the City Manager's Office which allows capture of electronic documents a Jd ,apture of paper documents as images for inclusion in Commission Meeting Packages. Use document management sofu 'are to automatically arrange, paginate and assemble the document components of Meeting Packages. Provide access to scanned images. It is anticipated that the City Clerk's office could provide scanning services using the ~canner acquired in Phase lA as volumes are relatively low. However, the scanning service may have to be done by tJe 1genda coordinator. One additional workstation with document management capabilities is anticipated. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 33 Implementation is expected to be day forward. Functionality Required The City Manager's Office must be able to: 1. Place final versions of Regular and Consent Agendas into an electronic repository accessible by City depaltm nts via full text search and other parameters. The repository should also be accessible by citizens over the Internet. (Elillinates approximately 175 copies). 2. Assemble the Commission Meeting package electronically using: Final versions of electronic documents that have been signed electronically, e.g., Commission M,em lranda, Resolutions, Ordinances, and routed to the City Manager's Office. Scanned images of documents submitted to the City in paper form, e.g., Contracts, Agreements, Repots, etc. 3. Electronically paginate the Commission Meeting package. 4. Automatically assemble an electronic table of contents for the Commission Meeting package with page nur lbt rs. 5. Place an electronic Commission Meeting package into an electronic repository accessible by City de Jar ments. (Eliminates approximately 60 copies). 6. Print approximately 14 copies of the Commission Meeting package for binding and delivery to City Commissi,me 'S prior to the Commission Meeting. 7. Fax Regular and consent agendas to a distribution list which may include City and non-City staff. Phase 2 - June, 1998 through September, 1998 2A. Building Department - June, 1998 Provide the Building department with document imaging functionality that can capture, store and retrieve building plan: :., b lilding cards and recertification files. This requires the ability to handle business-sized documents and engineering/architectural dn wings. Provide viewing capabilities for document images and CAD files. Provide the ability to print! plot images to paper ai: re Iuired. Provide the ability to scan 35mm microfilmed plans on demand in order to (1) plot or print the drawing and (2) add tte s:anned drawing image to the image file. Four workstations within the Building Department will need imaging capabilities. Also, a scanner capable of capturil Ig lip to E size drawings, a scanner for business documents and a plotter are anticipated for this stage. Document capture is expfcte i to be day forward, with conversion of older drawings done on demand. The scanner could be placed either in the Building Dtpa tment, or in a central scanning facility to be operated by Central Services under the direction of the City Clerk's Office. Conversion to include one year's worth of plans is a possibility, and assistance is sought with finding a reliable service bu'eau to perform conversion in the most cost effective manner possible (e.g., creating an aperture card, then scanning the drawing fr lm the card). The building card file is expected to undergo complete backfile conversion. The building recertification files Nil likely be converted on-demand. Two PCs in Planning and Zoning, 2 PCs in Code Enforcement, and 2 PCs in the Fire Department will also need ac( eS1 to the building department's image files. A PC workstation for the general public is a possibility as well, but depends on how si nple it is to use the system. Details ofthe Building Department appear in Appendix A. Document descriptions and retrieval information appear in I\plendix C. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 34 Functionality Required Document Type: Building Plans 1. The ability to scan building plans, either within the department or within Central Services. 2. Document imaging for storage and retrieval of building plans. Three indexing fields per plan are anticiplte l. The department wants the ability to print a bar code label(s) with the building permit number. Affixing the bar co( e label to the drawing set would help a Central Services scanning facility to properly identify plans sent for scanning. 3. Annotation of drawings - red line, post-it notes, highlighter. 4. Viewers for CAD files. 5. The ability to print (plot) a plan from the image file. The ability to print a portion of a large drawing would be nice to have. 6. Large screen monitors for viewing plan images. 7. Ability to interface with future building permit software. 8. Conversion services for at least one year's worth of existing plans. Ongoing conversion services for new plam 9. Ability to scan from 35mm roll microfilm on an as-needed basis to satisfy requests and perform on-demand (on 'ersion for old plans. Document Type: Building Cards 1. Document imaging for the entire file, preferably through a conversion service. 2. Four index fields per card. 3. The ability to print a building card image once retrieved. Document Type: Recertification Files 1. Document imaging for the entire file, preferably through a conversion service. 2. The ability to capture documents and add them to electronic file folders. 3. Four index fields per file are anticipated. 4. The ability to print images of recertification files once retrieved. 2B. Planning and Zoning - September, 1998 Provide the ability to capture, view, annotate, store, retrieve and print case files for Design Review Board, Zonin~ B'lard of Adjustment files and Historic Properties files. Case files contain letter sized documents, word processing files, arl:hi1~ctural drawings, color renderings and photographs. Four PCs are expected to have access to document and image case files. A scanner for capture of color photographs and doc rments is required. Volumes would allow sharing the drawing scanner acquired for the Building Department, particularly if the ~~anner is place in a Central Services facility. The ability to bar code drawings sent to Central Services for scanning is required, RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 35 Functionality Required 1. The ability to develop electronic case files containing documents, architectural drawings, photographs, color ren lerings and electronic (WordPerfect and/or Word) documents. Case files must be segmented by the Board to which ttey )ertain, but the ability to store a drawing once and have pointers to it placed in the relevant Boards' case file is highl) de ;irable. For example, a drawing set submitted to the Design Review Board and the Historic Preservation Board would bl stored once but available to both case files. 2. The ability to annotate images using red lines, post it notes and highlighter-like functions. 3. Viewers for CAD files. 4. Large screen monitors for viewing architectural drawings. 5. The ability to print (plot) documents and drawings. It may be possible to share the plotter acquired for th~ B lilding Department in Phase 2A. 6. Configuration so that drawings and selected documents may be interfaced to an ESRI ArcInfo GIS system, la' igating via address. 2C. Public Works Engineering and Construction - December, 1998 Provide the Public Works department with document imaging functionality that can capture, store and retrieve ellgi leering drawings, maps and plot plans. Provide a method to link selected drawings to an ESRI ArcInfo GIS system, navigal ng via intersection. Provide viewing capabilities for document images and CAD files. Provide the ability to print! plot imagc:s t I paper as required. Two PCs are expected to have access to drawing images. Access to a scanner for capture of A through E sized drawings is ' leeded, and could be provided through use of a shared drawing scanner located in Central Services. Access to a plotter Blr I rinting engineering drawings is required, and could be achieved through sharing the plotter acquired for the Building Department iI Phase 2A. Conversion services for one year's worth of drawings. Functionality Required 1. The ability to capture engineering drawings as images or CAD files. 2. Document imaging for storage and retrieval of drawings. Four indexing fields per drawing are anticipated. 3. Annotation of drawings - red line, post-it notes, high lighter. 4. The ability to view CAD files. 5. The ability to print (plot) a drawing from the image file. The ability to print a portion of a large drawing would )e nice to have. 6. Large screen monitors for viewing drawing images. 7. Conversion services for at least one year's worth of existing plans. Ongoing conversion services for new plans 8. A streamlined method for indexing drawings. 9. Interface to a GIS system (ESRl ArcInfo). RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 36 Phase 3 - January, 1999 through March, 1999 3A. Special Masters Files - January, 1999 Provide the ability to develop an electronic case file containing all documents (electronic and imaged) pertaining to a villations (Fire, Code, Building) case. Software for three document imaging workstations would be required within the Special J 1asters department. Three additional workstations - one in Building Department, one in Legal and one in Code - would requir,.: al cess to view and print violations case files. Implementation is expected to be day forward, with backfile cases converted on-del land. I. The ability to scan documents into an electronic file folder, indexed by case number, name, DBA name and ad lress is required, and could be provided using the scanner purchased for the City Clerk's Office in Phase IA. The ability 1) place internally generated word processing files and form letters into the case file is required. 2. Print and fax capabilities are needed. 3B. Procurement - March, 1999 Provide the ability to capture, index, store, retrieve and print documents associated with formal bid processes, particulaly design drawings associated with the City's RFP and all vendor responses. Document imaging capability would be required JC)f me PC in the department. Indexing would be by formal bid number and document type. Implementation would occur on a d"y 1 )rward basis. I. Document and drawing capture may be provided via Central Services under the direction of the City Cler;;'s )ffice. However, Procurement may need its own scanning capabilities. 2. Plotting for drawings could be done using the plotter acquired for the Building Department in Phase 2A. 2.8 System Installation The selected vendor will: Prepare detailed configuration listing and order any additional hardware needed in cooperation with . f'hf City's Information Technology and Procurement departments. This includes scanners, storage media, drives, PC;, P 'inters, plotters, film scanners, etc. Coordinate installation of software to coincide with hardware delivery Integrate hardware into the computer environment Load all software needed to satisfy functional requirements Assign project management staff for the duration of the implementation to work with assigned project Ifadt r from Information Technology department. 2.9 Document Conversion The vendor will: Coordinate conversion of designated hard copy documents using City personnel and reliable outside conversion Sl rvices. Index and organize the document database. Load all electronic documents into the document management system. Enable selected document to be available to the public via the Internet. 2.10 System Operation For appropriate document types listed in Appendix C, the vendor will: Design document repositories for City use and for public access. Define and set up attribute indexes; define full text indexing criteria where appropriate. Install links required for associating related source document images. Enable interface of designated drawings to an anticipated GIS system. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 37 Define and set up processing worktlows for source document images. Define tracking mechanisms for images routed to others for approval, review, etc. Define retrieval methods for users. Test required system functionality by manipulating sample documents. Manipulation should include all fur ctional requirements in Section 3.0. 2.11 Training The vendor must provide training in the following areas: Document preparation, scanning, quality control, indexing and index verification procedures. Equipment operation procedures for scanner operators, system administrators, network administrators, an, [ other personnel involved in system operation. Hands on training in system backup and maintenance routines Dr two City IT staff members. Training for two IT staff members in system software customization tools and techniques. Document processing for end users who process documents. This includes exception processing procedure~. Document access for end users who need to reference documents. The vendor must also provide "train the trainer" instruction to a designated member of City staff who will be ch"rgc d with conducting training for the general public's access to City information. 2.12 User Acceptance Testing The City of Miami Beach will: Determine system ease of use by evaluating user competence after completion of training. Test maximum response times through simulation of peak system usage. Create an evaluation form to document problems and track vendor resolution to ensure that objectives are met. 2.13 Vendor Selection Criteria Ideally, the City wants to work with one vendor that can provide all required functionality, including electronic do. ument management, and source document imaging of business sized and architectural drawing sized documents. An acceptab e s llution will be one that meets all the functional requirements and includes all systems integration and implementation, necessary haJ dware, software and services. A multi-product solution will be acceptable for consideration, so long as the proposer can demonstrate that all ele me ltS are compatible and offer an integrated whole. If a multi-product solution is proposed, the City must be guaranteec a single, knowledgeable, point of contact for all support, questions, problems, and concerns that occur pre and post implementiti( n. 2.14 Known Constraints The City does not have tools for network utilization analysis. A study to determine whether existing netll'OI (S will support the demand for image retrieval, especially for large format documents is required. The City has limited experience with document management and document imaging technologies. The City v 'ill 'equire a vendor who can provide reliable support throughout the project and beyond. Most departments are cramped for space. The City will need recommendations and a facilities plan for accorr lffi( dating additional equipment. City Hall is currently undergoing renovations. Most servers are currently located at the City's IT headquarters, several blocks away from City Hall, the locati Dn If user departments. City clerical works are unionized. User PC skills vary widely. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 38 3.0 Functional Reauirements 3.1 General Requirements The proposed solution must have an open systems approach for a fully integrated system. It must be able to accommodat. future volume and activity growth, (e.g., increased storage, higher retrieval demand, etc.), without having to re-configure the s:stem. 3.2 Interface Windows is the preferred user interface for City of Miami Beach users. The electronic document management systen I lUst be simple to understand, convenient to move around in, and consistent in appearance. It should be as intuitive as possible, ald In-line, context sensitive help is required. Users must be able to open and view document images without the need to zoom severa times. Users must be able to retrieve files regardless of format. Actual file location should be transparent to the user. The City's near term vision is to give citizens access to public information such as City Commission Materials, Resoluti. TIS and Ordinances, and other documents via the Internet. The proposed document management solution must be compatible With I'opular web browsers such as Netscape Navigator, Microsoft Explorer or other widely-used web products. 3.3 Environment The solution must be compatible with the City's network, client/server and host computer infrastructure. See the cor fig lration under Appendix B. The electronic document management system is expected to adhere to the City's established and en erging standards for database, imaging components, file formats, and compression ratios. Most electronic document management system components will function in an office environment. Space is a considerati Ill, and the selected vendor is expected to provide a site preparation plan prior to the delivery and installation of equipment. 3.4 Capture At most, four scanning locations are planned: I. City Clerk's Office Paper documents for incorporation into City Commission Meeting packages. Documents handed out during City Commission Meetings. 2. Central Services (potential) Support for building plan and engineering drawing capture. 3. Planning and Zoning Support for color photographs and color documents. 4. Information Technology/ Police Department Support for low volume document and gray scale scanning The scanning component of the proposed solution must be capable of handling all document types in use by the City. "he ability to scan letter (8W' x II ") and legal-sized (8W' x 14") documents as well as A to E size drawings must be supported. "he'e may also be a need to scan old ledger cards and ledger books measuring 11 II x 17". Some capture of photographs is alsolec~ssary. The need for double sided scanning is anticipated. The City plans to do 100% quality control on captured documents. Required resolution may vary by document types. In general, scanners should be able to capture documents in enough resllution to allow quality OCR performance and resolution of fine print. Distortion of engineering drawings must be kept to a . nil imum. The Building Department will require the ability to scan an image from existing jacketed microfilm. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 39 Once scanned and quality checked, documents may either go to an OCR process or be routed to workstations fo r a tribute identification. OCR to support full text indexing will be required on certain classes of documents. Despeckling and des ;ewing of images must be supported so that recognition can be as efficient as possible. Given good images, OCR is expected to be axurate within 98%. Where attribute indexing must be keyed, the indexing facility should provide word processor like features :uch as insert, delete, move and copy. For engineering! architectural drawings, capture in a central scanning location is anticipated. It must be possible for the dep, rtment intaking the drawings to affix a bar code label identifying the drawing by permit number, board case number or other means, When the drawing is scanned, it should be possible to read the bar code, thereby assuring that the image is associated with the proper permit or case number. The system must be able to report on documents scanned but not indexed or OCRed. The ability to rescan is required. '~he ability to rescan individual pages for insertion into already scanned documents is desirable. The scanning software must support CCITT Group III & IV format (TSS 3 & 4) for business sized documents, and Rlm Jength Compression or other large format compression ratio standards for engineering documents. 3.5 Search and Retrieval The majority of users perform directed searches on items that are less than three years old. About 60% to 70% of searCles can be satisfied with material that is less than or equal to one year old. Retrieval patterns are not predictable for content based se irches, nor for departments with direct public contact. For items that have received attribute indexing, search capabilities must include the ability to search on specific data t ase fields. For items that have received full text indexing, the search capabilities must include Boolean operators, key word, and pr< ximity searching, if possible. It should also be possible to perform a text search and retrieve the associated image file. The: at i1ity to search across repositories is required. The ability to save frequently used search queries is desired. The operation to display a desired document from the search screen should be as simple as possible, and should open a do :ument at a size acceptable for reading without the need to perform successive zoom operations. For users with the ability to display images, manipulation such as pan, scroll, zoom and rotate should be a given. Thl~ al i1ity to "browse" a document (electronically flip pages) is required. Image annotation via red line, highlight and post it note i:i re luired. Stations associated with quality control and indexing functions will require large screen monitors. Stations associated wi:h , iewing drawings will require large screen monitors. Assume all other displays are a minimum of SVGA monitors. Note that de)ar mental PCs are at minimum 486 with 8 Mb of RAM. Configuration by department are shown in Appendix B. It is anticipated thl t some PC upgrades and printer upgrades will be required. 3.6 Workflow E-mail based workflows for simple routing and approval are desired. The ability to track the status of case files, parti,:u\; rly for the Special Masters unit, is desired. Messages sent to others within the City that reference documents or images shOlJd le able to contain pointers to locations for the referenced documents. 3.7 Word Processing Integration The solution must provide the ability to import and export documents to the City's current word processing software (W)rd >erfect 6.0 or 6.1; and MS Office Word 4/ '95/ '97), as well as future upgrades. 3.8 Document Distribution and Printing Requirements Users must have the ability to FAX images and text documents directly from the system. The ability to E-mail images ald text to others using the City's electronic mail system (currently cc:Mail) is highly desirable. The system must be able to print documents and images to network printers. If an item requires special print capabiliti:s - for example, an architectural drawing - the system should warn that the item must be queued to a specialized output devie e ( uch as RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 40 a plotter) and indicate whether such a device is available. The system must allow printing of pages or sections of a :lO( llment. Other print related requirements include the ability to: . Print related documents (image, text, both) in a single pass. . Direct output to a default printer or user specified network printer. . Override print queues. . Specify number of copies to be printed. . Print remote documents locally. Print photos, charts and graphics in acceptable quality. 3.9 Security The system must allow security level assignment via user classes and passwords. The ability to place documents into a rer ository must be restricted, as must the ability to delete documents from a repository. Indexing and verification operations sh, luld be restricted to those with permission. Once committed to the document management system, text documents must not be editable, except by those with speci fic edit privileges. All changes must be documented via an audit report. Electronic signature capability must be restricted to the ;e with permission. Electronic signatures must be of the type that affixes an actual signature to the document, and signatur,,:s r lUst be verified against a stored file of signatures to prevent fraud. Any change to the document once it is signed should invalil ate the signature. Access to overlays for the City seal and the words "Official Copy" or "Certified Copy" must be restricted to the;e with proper security privileges. 3.10 System Administration, Storage and File Control The system must be able to: Provide system controlled intervals for committing document images to storage media. Provide intervals for performing full text indexing functions. Track documents scanned, documents indexed and documents committed to storage. Track and report on uncommitted documents. Easily handle exception processing, i.e., inserting pages to previously committed documents, appe1di 19 new documents to committed documents. Monitor storage utilization, both magnetic and optical. Provide easy to understand error messages. Provide easy to interpret reports on system performance. Provide tools to enable management of storage, database(s) and networks in a real sense. 3.10.1 Back up Back up procedures for document image volumes, databases, text, graphics and annotations should be as automatic a, plssible. The system must also be able to: Provide optical and magnetic utilization reports and capacity planning information. Provide for purging index data records in accordance with record retention schedules and records mana~ement policies. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 41 3.10.1 Storage 5.25 inch WORM media is preferred for images in order to keep costs minimal. High capacity is cesired. Recommendations for the cost effective use of other storage media (e.g. CD-ROM) are permissible. Magnetic cache for frequently referenced materials is anticipated. The minimum number of years worth of material to be made available on-line is 1 to 3. Some m~ter al may be required to be available on-line for 5 to 7 years. Text documents and database information will be stored magnetically. The system should provide an easy means of monitoring magnetic and optical storage, providi ng for the migration of documents from one media to another. The jukebox( es) specified should remain operable in the event of a single drive failure. 3.11 System Performance Initial response time across any potential configuration must be from 2 to 6 seconds for text only information. The abs(lut: worst case scenario for document and/or drawing image retrieval response should not exceed 30 seconds. 3.12 Development Tools The City's resources for system customization and application development in conjunction with the document managemmt iystem are limited, and the selected vendor is expected to perform all initial development. Methods for developing new applicatiJns should be as simple as possible, preferably with use of a widely known and used standard toolset that can be used for other de, ek oment. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 42 4. Technical Capabilities Information Reauired Definition of Terms Used Document imaging refers to the capability of taking a paper document, scanning it using technology similar to a fax ma:hine's, and storing it as a raster image or bitmap. Document management means the ability to create, edit, store, search for, route, display, annotate and distribute elec1ror ic (i.e., word processing) documents. Functionality may include version control, check-in and out, approval routing, etc. Do .:ument management implies creation of searchable repositories accessible to internal and external users. Engineering document management refers to systems that manage large format documents (e.g., drawings or plans) :IS ~;anned images or as Computer Aided Design (CAD) files. Conversion refers to the wholesale capture of paper and electronic documents into a new system, and may include l :rlckfile conversion, which captures all prior materials into the new system; Day forward conversion, which stipulates that all m lterials received after a particular date will automatically go into the new system; or Conversion on demand, a strategy which c lptures older files in the new system as they are requested. 4,1 Technical Response Criteria a. If the solution being proposed is a suite of products, please indicate the names of each component comprising thl~ Sl ite and describe the role of each component. b. If the proposed solution is comprised of products and! or services from more than one vendor, please answer the qu~stions in this section for each vendor organization. Indicate which piece ofthe solution each vendor will be responsible fflr a ld who will act as the primary contractor (i.e. systems integrator). c. For each component being proposed you must clearly indicate in your response if this is the first time your organizat on has used that component in an actual customer solution. If this is not the first time, please describe your experience ill v orking with the component. d. Please list all products, hardware and software, that you will be remarketing and services that you will be subcon :ral ting as part of the solution proposed herein. e. Please describe your policy regarding new software versions, upgrades, etc., and any costs that are associated with su :h new releases, upgrades, etc. for your installed customer base. Also describe the methods, policies, and procedures tha' y< u have in place to handle upgrades and quality control of hardware/software revisions of the products listed above. 4.2 Document Management 4.2.1. What is the name of the document management product? 4.2.2. What version is it in? 4.2.3. How long has it been available? 4.2.4. How often do new releases of your software appear? 4.2.5. How are new releases and upgrades made available to you installed customer base? Discuss associated with such releases, revisions or upgrades. any fees 4.2.6. Explain how new software releases guarantee compatibility with older versions. 4.2.7. Where has the product previously been installed? 4.2.8. List at least three other city or municipal government installations, along with contact names and tell phone RFP NO, 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 43 4.2.9. 4.2.10. 4.2.11. 4.2.12. 4.2.13. 4.2.14. 4.2.15. 4.2.16. 4.2.17. 4.2.18. 4.2.19. 4.2.20. 4.2.21. 4.2.22. 4.2.23. 4.2.24. numbers. What is the product architecture? What clients/ servers are supported? What databases are supported? What full text product is used? What document types are supported? What capture methods are supported? How is document version control achieved? How is security handled? What customization/ integration tools are used? What workflow capabilities does the product offer? How are electronic signature capabilities achieved? How are document repositories configured? What records management and/or life cycle capabilities does the product offer, e.g., remove a the repository at full retention? What is the product's web strategy? What browsers are compatible with the product? Describe how Internet users may access document repositories? 4.3 Document Imaging 4.3.1. What is the name of the imaging product? 4.3.2. How many installations (not seats) doe you currently have for this product? 4.3.3. How many years has it been available? 4.3.4. What revision is it currently in? 4.3.6. 4.3.5. How often do new releases of your software appear? 4.3.7. 4.3.8. 4.3.9. 4.3.10. How are new releases and upgrades made available to you installed customer base? Discuss associated with such releases, revisions or upgrades. Explain how new software releases guarantee compatibility with older versions. What is the architecture of the product? Describe what you mean by an open architecture? What image file formats are supported? What Windows software products can use your image file format? RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 44 dOCllmt ntfrom any fees 4.3.11. 4.3.12. 4.3.13. 4.3.14. 4.3.15. 4.3.16. 4.3.17. 4.3.18. 4.3.19. 4.3.20. 4.3.21. 4.3.22. 4.3.23. 4.3.24. 4.3.25. 4.3.26. 4.3.27. 4.3.28. 4.3.29. 4.3.30. 4.3.31. 4.4 4.4.1. 4.4.2. 4.4.3. 4.4.4. What size image documents (A4, B, C, D, E, others) can you handle? Please indicate smallest and largt ,t sizes. How is annotation and layer control provided within this solution? Please explain which features are supported, e.g., red lines, highlighting, sticky notes, etc. annolation What output devices are supported? Describe the output options available. What facilities for display acceleration are offered? Is manual and automatic indexing of images supported? Explain how text retrieval can be used as a means of accessing the image. What interfaces the imaging system that facilitate this integration? are l'vai able in What type of security is available for image files? What image compression/decompression standards are supported? Is tiling supported? (Explain) Can a user search for specified text, attributes, or keywords within an image? (explain fully) How are reference files associated with images (any data type)? Can all image types supported be viewed from all nodes in the network? How are images sharing similar attributes linked together for retrieval and viewing? How is search and retrieval of images accomplished? What support is provided for display of full page business documents, engineering sized drawings, phllto,;raphs, color images? What full pagel large screen monitors are supported? What fax out options are available for document images? What database products are supported for image indexing? What are the servers used in your architecture? (E.g., file server, database server, image server, OCR s~rv :r, etc.) Please describe each server in your architecture and its function within the system. What is the minimum workstation configuration supported? How do you integrate legacy applications imaging applications? Scanning/ OCR! Conversion What are the names and models of the scanners being proposed? (Include business document sized, er gir eering drawing sized and color). How many scanners will be needed for multiple document size input? How does your solution handle despeckle and deskew of images? Does your solution perform thresholding or filtering of image files? RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 45 4.4.5. 4.4.6. 4.4.7. 4.4.8. 4.4.9. 4.4.10. 4.4.11. 4.4.12. 4.4.13. 4.4.14. 4.4.15. 4.4.16. 4.4.17. 4.4.18. 4.4.19. 4.4.20. 4.4.21. 4.4.22. 4.4.23 4.5 4.5.1. 4.5.2. 4.5.3. 4.5.4. 4.5.5. What type of compression is performed on the images? What type of quality control measures are available to ensure the accuracy of the scanned image? What resolution and throughput is available? How are multipage document starts and stops identified? Is bar-coding supported? (What types of bar codes?) Is double sided scanning supported? Explain the mechanics. How does your solution accomplish scanning from microfilm? What software/hardware is used for OCR? How is OCR be performed on images scanned from microfilm? How can OCR processing be performed in batch on document images previously scanned? How is double sided OCR processing supported? How is columnar input handled? How can the OCR process be monitored? What methods are there for correcting errors dynamically? How are errors flagged? Can specific text data be extracted from the document and stored in document identifying datatasl fields automatically? Explain the ways in which this is performed. What output file types are available? Include all word processor file types supported. Describe the document conversion services that you provide, if any, for business sized documents? For ellgil eering drawing sized documents? If you provide document conversion services, does your company perform the scanning work or is it sub:on racted out? If subcontracted, please indicate to what company. Text Retrieval What is the name of the text retrieval product and the company that supplies it? How many years has it been available? What revision is it currently in? How is text retrieval integrated into your product solution? Does this system support ANSI standard SQL? Explain, RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 46 4.5.6. Does the text retrieval product function within a database structure? 4.5.6.1. What type of database? 4.5.6.2. With what other RDBMS can this database be interfaced? (i.e. Oracle, Informix, DB2). 4.5.6.3. Is the RDBMS ODBC compliant? 4.5.7. Does the system support the tracking of fixed-length field values for each document (i.e. author, date)'! 4.5.7.1. How is this accomplished? 4.5.7.2. Can queries be based solely on these fields? 4.5.7.3. Can queries be based on a combination of free text query and fixed field values? 4.5.8. What is the primary search methodology (i.e., inverted index, pattern recognition, clustering, etc.)? 4.5.9. Specify if the methodology requires any additional hardware or specialized software in addition to the teJ:t r, trieval engine. 4.5.10. If an index is used, what is the additional processing overhead and storage overhead of the index? 4.5.10.1. How is the index initially built? 4.5.10.2. How is the index maintained? 4.5.10.3. Are tools available to facilitate the maintenance of the index (i.e. monitor fragmentation in the in< ex and rebuild it to eliminate the fragmentation). 4.5.11. How quickly do documents become searchable after entering the database? 4.5.11.1 Explain how the database remains available for searching during updates, i.e., capability t() I ~rform searches even while new documents are entering the database. 4.5.12. Are other search methodologies used? Explain. 4.5.13. Is wild carding of query terms available? 4.5.14. Is fuzzy searching supported? If yes, is exact term matching possible? Explain. 4.5.15. To what level is proximity searching supported? 4.5.15.1. Can a default proximity operator be established? 4.5.16. Are query results saved? 4.5.17. Can queries be modified and re-executed to narrow down a document sub-set identified from a previol S q lery? 4.5.17.1. How is this accomplished? 4.5.17.2. Do macros need to be defined? 4.5.17.3. Are query results saved between queries? 4.5.17.4. Are queries saved between sessions? RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 47 4.5.1 S. 4.5.19. 4.5.20. 4.5.21. 4.5.22. 4.6. 4.6.1. 4.6.2. 4.6.9. 4.6.10. 4.6.11. 4.6.12. 4.6.13. 4.6.14. 4.6.15. 4.7 4.7.1. 4.7.2. 4.7.3. 4.7.4. 4.7.5. 4.7.6. 4.7.7. What is a typical query response time for a simple query? Which WP documents does the text retrieval system work with? Which compound document architectures are supported? Explain. What type of document security is available for queries? Can a single query be simultaneously executed across multiple databases? Storage Devices/ Media Please describe the type(s) of storage proposed for this solution. For the following optical devices please indicate models supported, models you resell and the maximum ;torage configuration supported 4.6.3. 4.6.4. 4.6.5. 4.6.6. 4.6.7. 4.6.8. WORM Erasible CD-ROM DVD Multifunction Jukebox Describe any intelligent storage schemes or optimization routines that you provide to optical devices. enhancerespo'1se imefor Describe the recommended optical storage configuration for the proposed solution? With this configuration, can backup be performed on-line? Can a hierarchical configuration be used? 4.6.12.I.Ifyes, can files be flagged (for example, by date) for transfer up or down the hierarchy? What file management facilities are available? Can document life cycle be managed through the software? (explain) How does the solution handle back ups for indices and disks Workflow How will workflow routing be accomplished in the proposed solution? Describe the proposed solution's workflow functionality. How does the system notify someone that they have a document or task to review? How is electronic sign-off and approval tracking handled? How are related documents combined into one approval package for routing? What facilities are available for customization of workflow? Is receipt verification provided? RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 48 4.7.8. 4.7.9. 4.7.10. 4.7.11. 4.8 4.8.1. 4.8.2. 4.8.3. 4.8.4. 4.8.5. 4.8.6. 4.8.7. 4.8.8. 4.8.9. 4.8.10. 4.8.11. 4.9 4.9.1. 4.9.4. 4.9.5. 4.10 4.10.1 4.11 4.11.1 4.11.2 4.11.3 Is document profiling supported? Is there the capability to notify users when a document has been updated? How is this achieved? What e- mail! messaging standards are supported? Printing! Plotting What type of printer support is provided? Are the City's existing printers supported? What upgrades are required, if any, for existing printers? How is the printing of partial documents achieved under this solution? What plotters are proposed for this solution? How does the solution enable printing at a local or network printer? Is there a maximum number of users that can submit a print request at one time? Must the document be open (i.e., displayed) in order to print? How long does it take to print a typical image? First page? Succeeding pages? Is it possible to print a segment (tile) of a large document image? How is color printing supported? Security How does the proposed solution handle the following security requirements: 4.9.2. Electronic access to documents. 4.9.3. Access for Creation, Read, Update, Delete. Can documents be accessed and updated outside of the proposed solution? Describe any additional security features of the proposed solution. Standards Describe your solution's support for current industry standards. The Integrated Solution This system must run on or be integrated with existing hardware configurations as described How does the proposed solution work within this environment? in Appt Ildix B. What capabilities does the proposed solution have to receive system messages on screen when viewing d)cunents? Describe the integration effort required. Does the text retrieval product offer simple interfacing to imag ng' Does the imaging system offer support for the scanner and OCR software? RFP NO. 96-96/97 DATE: 8/28!97 CITY OF MIAMI BEACH 49 4.11.4. 4.11.6. Clearly explain your scalability strategy. Describe the long tenn support available? 4.11.7. Who will provide this support? 4.11.8. What, if anything, will not be supported? 4.12 Training/ Documentation 4.12.1. 4.12.2. 4.13 4.13.1. Please describe the training available for users and IT staff, indicating number of days and expected Io.:ati m. Please describe the type of system documentation and user documentation available. Attach a sample if p' tssible. Staffing Provide resumes with infonnation for all proposed project team members. All resumes providedmustJeilentified for current full time employees of your organization vs. subcontractors. The project role and responsibilit ies )f each proposed individual must be clearly defined. These individuals will be assigned for the duration of this rroj .lct and will not be removed or replaced without prior written consent from the City. 4.14 Project Management 4.14.1. 4.14.2. City of Miami Beach requires an account manager to be assigned to it. The account manager will fullcti m as a single point of reference for all project aspects. Document your problem escalation procedure. Include timeframes. 4.15.1. 4.15 Warranty and Maintenance 4.15.2. 4.16 4.16.1. 4.16.2. 4.16.3. 4.16.4. 4.16.5. 4.16.6. 4.16.7. 4.16.8. The warranty on all hardware and software should extend for at least 12 months from the date of accepta nct by the City of Miami Beach. Describe pricing options available to the City of Miami Beach for extended warranty and/or ongoing maint, nance. General Company Information What is your main source of business revenue (i.e. consulting, product sales, systems integration, etc)? Please indicate percentage of total revenues from document management related activities. How many years have you been in business? What is the size of your installed base? Please provide both number of organizations using your product a Jd ] lumber of copies (seats) installed. If your product is used in a client/server architecture, or if it runs on multiple pia fonns, identify the number of installations by each server and client platfonns. Please describe your product support infrastructure and the locations of your support offices. How is customer support handled within your organization? How many people are devoted to providing customer support group? Where are your main offices and branch offices located in the US? What experience have you had with municipal government document management? RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 50 4.16.9. Provide at least three references of document management applications similar to the City of Miami Beach s i.J stalled at other city or local governments. Please include a reference person at the city or town, their title, divisi on. phone and fax numbers. If this is not possible, provide three reference persons (system owners) in other industrils who have applications of yours that are similar in scope to that required by the City of Miami Beach. 4.17 Cost Schedules Please provide all cost infonnation on the fonns provided at the end of this section. 4.17.1. Provide cost estimates for all solution components (software, hardware, services and maintenance). Break t Ie cost estimate down by the project phases identified in this RFP. Describe licensing arrangements and pricing Stl ttegies for all software. 4.17.2. Costs should include document management software, imaging software, text retrieval software, workflow sc fiware, storage devices and media, additional server and client hardware and add-on deviceslboards, scanner haJ dware, networking costs (and network utilization study), OCR software, customization/ integration/ implementatio 1 costs, training costs, conversion costs and maintenance costs. 4.17.3. Please remember to provide one set of product literature for each copy of your proposal. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 51 4.17.4 Cost Estimate Phase I Cost Notes Hardware Software Services Maintenance Phase II Hardware Software Services Maintenance Phase III Hardware Software Services Maintenance RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 52 PROPOSED COST QUOTATION SUMMARY PAGE (This form consists of parts A through H ) PART A Please list the total proposed costs which are itemized on the subsequent pages. I)roposed Cost Quotation Summary: Software and Software Maintenance Costs (Part B) $ Hardware and Hardware Maintenance Costs (Part C) $ Th~~~~~art~ $ Systems Integration & Implementation Costs (Part E) $ Other Features/ Services (Part F) $ Travel Costs (Part G) $ TOTAL COSTS $ Please list all remarketed products and all subcontractors on the form in Part H. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 53 PROPOSED COST QUOTATION PART B: SOFTWARE & SOFTWARE MAINTENANCE COSTS List all software components that are part of this proposal, along with purchase costs and maintenance costs. Software Licenses/ Seats/ Software Annual Total Costs $ $ RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 54 PROPOSED COST QUOTATION PART C: HARDWARE & HARDWARE MAINTENANCE COSTS List all hardware components that are included in this proposal. Description should include equipment specifications (e.g. 8MB of main memory). Copy this page if additional space is needed. Item Unit Price Quantity Proposed Total Price Total Annual $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 55 PROPOSED COST QUOTATION PART D: TRAINING COSTS User Training $ Training the Trainer $ Scanner Operator/ Document System Administrator Training $ System Operator Training $ Network Administration Training $ Development Tools Training $ Other Training: Specify Total $ RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 56 PROPOSED COST QUOTATION PART E: SYSTEM INTEGRATION COSTS/ PROJECT IMPLEMENTATION COSTS Describe in detail the systems integration services and project implementation support that is part of your proposal, along with anticipated costs Integration! Implementation Service Description Anticipated Charge $ $ $ $ $ Total Costs RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 57 RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 58 PROPOSED COST QUOTATION PART F: ADDITIONAL FEATURES AND SERVICES (IF ANY) Component Parts: List all additional hardware and software components that are needed to meet the proposed solution for this project. Descriptions should include equipment and specifications. Copy this page if necessary. Hardware/ Software # of Units/ Licenses Hardware/ Software Maintenance Cost Total Costs $ $ Additional Services (if any): Please describe in detail Additional Service to be rendered. Cost for Service Total Additional Service Cost $ RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 59 PROPOSED COST QUOTATION PART G: HOURLY CHARGES AND ANTICIPATED TRAVEL COSTS Provide the charge per hour for the following Project Manager(s): $ Analysts: $ Programmers $ Trainers: $ Hardware Engineers: $ Other: $ $ RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 60 PROPOSED COST QUOTATION PART H: PRODUCTS REMARKETED AND SERVICES CONTRACTED Proposer Name: The following remarketed products will he used in this solution: Product Name Version The following companies will work as subcontractors to provide the functions indicated as part of this solution: Company Name Function RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 61 5.0 System Acceotance Criteria The following must be met in order to ensure system acceptance. Detailed Requirements Analysis and System Design approved by the City. To be done after contract award. Detailed implementation plan for Phases I, II and III approved by the City. To be done after contract award. Detailed site preparation plan, approved by the City, to be done prior to any equipment installation. To be done after contract award. Phase lA: Have an experienced user research a list of 10 topics previously discussed at City Commission meetings and retrieve the relevant pages and images in a total of 15 minutes or less. Have a casual user search and successfully retrieve documents associated with 5 items from previously held City Commission Meetings in 15 minutes or less without prompting. Demonstrate citizen access to a repository of City Commission related documents via the Internet. Have an experienced user print requested resolutions or ordinances with an "official copy" overlay Have the City Clerk and Mayor sign documents electronically. Phase 1 B Demonstrate that originating departments and the Legal Department can reduce time spent in the form approval process (i.e., make document revisions, route to originator, check revisions, sign electronically), by one half from approximately one hour per document to approximately .5 hours per document. Phase 1 C Reduce by at least 2/3 the number of copies required for regular and consent agendas, and for commission agenda packets Phase 2A Success factors for Phase II include: Demonstrate that a building card request from City staff and/or citizens can be handled in 4.5 minutes or less, including query, image retrieval and image printing. Demonstrate that time required to locate and copy a recertification file for City staff and/or citizens is 4.5 minutes or less, including query, image retrieval and image printing. Demonstrate how a self service PC could work for allowing citizen retrievals of building cards and recertification files. Demonstrate that a set of building plans (4 plans) can be captured, indexed, stored and retrieved in less than 30 minutes. Enable the Building Department to respond to requests for microfilmed plans by delivering a digital copy (scanned from film) to internal users, or a print from the scanned film to external users. Allow the Building Department to save the digital image with appropriate indexing for successive retrievals. Phase 2B Reduce by half the amount of time associated with filing, retrieving and refiling plans submitted to Design Review, Zoning and Historic Preservation boards. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 62 Demonstrate electronic case file assembly and document retrieval for Design Review, Zoning and Historic Preservation boards. Phase 2C Reduce by half the amount of time associated with filing, retrieving and refiling Public Works Engineering and Construction plans. Demonstrate interface of plan files to an ESRI ArcInfo GIS expected to be purchased from Florida Power & Light Phase 3A Eliminate duplicate efforts associated with violations case files by allowing Special Masters, Legal, Building and Code to access and retrieve information from a single electronic case file. Phase 3B Reduce by half the amount of time Purchasing spends locating and duplicating formal bid files in response to citizen requests. Simplify the process of duplicating City construction plans associated with RFPs. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 63 Appendix A: Department Profiles Phase 1 Departments include A. City Clerk's Office B. Legal Department / Other City departments C. City Manager's Office Phase 2 Departments include A. Building, B. Planning & Zoning C. Public Works Phase 3 Departments include A. Special Masters unit B. Procurement Department. City Clerk (Phase tA) The City Clerk's department is responsible for maintaining all City Commission meeting records and supporting materials. The department functions as the custodian for all Commission Meeting Minutes, Afteraction Documents, Resolutions, Ordinances, Contracts, Agreements, Revocable Permits, Deeds to City-owned property and the official Code book. Activity peaks around the first and third Wednesday of every month when the City Commission meets. The City Commission is in recess during the month of August. The department's staff of 6 works 8:30 AM to 5:00 PM. Two additional hires are anticipated by Q3 97. The City anticipates the addition of a full time Records Manager in the future. The City Clerk also oversees Central Services, consisting of 5 staff members, and there has been some discussion of operating a centralized scanning function to serve City departments. Use Patterns The City Clerk's department serves as a central information service to all City departments, the general public, legal offices, newspapers and civic organizations. The City Clerk's staff answers about 20 requests for information each day. Eighty percent of all requests want document copies. About 80% of all requests for information involve documents that are five years old or less. Twenty percent of requests involve documents older than five years. The City Clerk's department receives about 25 requests per week for resolutions, ordinance and contracts. Ninety tc 95% of all requests are for resolutions and ordinances that are one year old or less. About 5 to 10% of all requests for items that are older than one year. Two thirds of all request are from people inside the city. One third of all requests come from the public, which are primarily interested in contracts. Because contracts originate external to the City, they are paper documents. Automation in place In addition to the City's standard office application suite, the City Clerk uses Folio Views for full text search of City Commission matter descriptions. The search is conducted on the text of "captions," that is, the title given to an issue as it appears on the City Commission Agenda. The full text search does not retrieve the supporting document for the issue, only serves as an interim look up step so that the relevant paper documents can be located from the files where needed. The City Clerk's office routinely converts the word processing files for City Commission Agendas to HTML format, which is then given to an outside firm for publication to a Web page on the Internet. Legal Department / Other City Departments (Phase 1 B) The Legal department provides form approval for Resolutions and Ordinances to be considered at City Commission Meetings. Because the Legal Department does not use e-mail, Resos and Ordinances are prepared electronically by RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 64 the originating department using word processing, printed, then hand carried to Legal. Suggested revisions are made on the paper document, then the originator revises the electronic version. The second version is again printed, again carried to Legal, etc. Legal must check to see whether all suggested revisions have been made, comparing one paper copy to another. The City would like functionality that allows originating departments to route electronic Resolutions and Ordinances to a single workstation in Legal for review via a workflow system. The Legal Department would also need the ability to electronically signify that form approval has been given, possibly via electronic signature. City Manager's Office (Phase Ie) The City Manager's Office prepares Regular and Consent Agendas for all City Commission Meetings, as well as Commission Meeting Packages that contain supporting documents for all agenda items to be dealt with at the meeting. Packages may contain Commission Memoranda, Resolutions, Ordinances, Contracts, Agreements, Committee Reports and other attachments. The process of preparing Commission Meeting agendas and Meeting Packages takes one person about four days pel week. Activity peaks around the second and last Friday of every month when City Commission packages must be assembled prior to the Commission meeting on Wednesday. The City Commission is in recess during the month of August. At present, preparation of Commission Agendas and Meeting Packages relies on assembling paper documents that have been created electronically. Items such as Commission Memoranda, though prepared using word processing, must be printed out so that they can be signed. The signed, paper documents must then be incorporated into the Meeting Package at the proper position, tabs created, page numbers assigned and the packages printed. Phase 2 Building Department (Phase 2A) The Building Department is currently located at 16th and Michigan Avenue, several blocks from City Hall; however the Department is expected to move to City Hall by September of 1997. The Building Department issues approximately 3000 building permits per year, with a growth rate in workload of about 14%. The Department manages over 20,000 pages of drawings per year. Drawings are handled at least twice: Once at intake and once when the inspection takes place. There are 42 people in the department and 2 vacant positions. The peak activity times for this department are June and July, while the period from March to September tends to be busy. The hours of 10:00 AM to II :00 AM are heaviest. Internally, the Building Department interacts with Planning & Zoning, the Fire Department and Public Works. Externally, the Building Department frequently interacts with contractors, architects, engineers, and the general public. The department also provides drawing and document copies to property owners. Automation in place The main applications in use include the Land Management System (LMS) which is Sierra Computer Systems PERMITS software running on the HP3000 physically located at the MIS Department. The Building department would like to upgrade to PERMITS Plus which is a Windows version of the software. Possible imaging candidates include: Building Plans Building Cards Recertification Files Planning and Zoning (Phase 2B) The department administers the City's zoning and development regulations, and serves the Planning Board, the Zoning Board of Adjustment (ZBA), the Design Review Board (ORB) and the Historic Preservation Board (HP). The department keeps separate project files for cases heard by the DRB, ZBA and HP Boards. The Department consists of 14 professionals and three clerical employees. Activity is constant but is thought to slow during the RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 65 Christmas holidays, and in August when most Boards do not meet. Department activity peaks during the morning hours, with heaviest walk in volume between 8:30 AM and I :00 PM. Automation in place AutoCAD Lt is installed on a standalone Pc. The Planning and Zoning department accesses the Permits Tracking portion of the Land Management System physically located on the HP3000 in the MIS Department. Several small QuatroPro databases reside within the department and function as locators to paper files. The Design Review Board database shows the file number, address, project description and review date. The database is accessible on the F drive (shared network drive). The Board of Adjustment database shows file number, address and applicant name and is accessible via the shared network drive. The Planning Board database shows file number, address, applicant, and action taken. The Historic Properties database is a list of property addresses, the year constructed, the architectural firm and 27 other fields of information. Imaging / Document Management Candidates Design Review Board Case Files Zoning Board of Adjustment Case Files Historic Properties Files Public Works Engineering & Construction (Phase 2C) Engineering and Construction provides survey, design and design review services for public works projects. Engineering and Construction work requires access to easement documents, base plans, and drawings of previously done work. The division maintains several reference document collections for which they are considered the office of record, including aerial photographs, City atlases, County plats, project log books, and as built drawings for all public works projects. Eighty percent of design work is outsourced via formal bid processes to design and engineering firms. It is estimated that the department's workload has increased 30% to 50%. Automation in place The department uses AutoCAD 13 to view drawings submitted as CAD files. Phase 3 Special Masters Unit, Legal Department, Building Department (Phase 3A) The Special Masters unit assembles 200 to 300 case files per month on violations of City Ordinance, Fire and Building Codes. The Unit assigns a case number using the Building Department's Permits system and performs after action following each case's hearing before the Master. Duplicate case files are maintained in Legal, the Building Department and Code Compliance. Each department's case files may contain slightly different information. Three people in the Special Master's Unit work 8:30 AM to 5:00 PM. The unit reports to the City Clerk's Office. Procurement (Phase 3B) Procurement obtains commodities and services needed to keep the City running. It is estimated that workload is increasing by about 15% per year over the last five years. The department's peak work volume occurs at the time of the City's new fiscal year (October). Ten staff members work 8:30 AM to 5:00 PM. Automation in place RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 66 The Purchasing Department relies on the Financial Management System (Le., Mitchell Humphrey Financial Management System running on the HP 3000) to produce Purchase Orders and Standing Orders. The FMS is slated for replacement Q2 98. Ideally it would be possible to image enable whatever system is chosen as a replacement. Such a system would provide a single source of lookup for Procurement data, and provide links to corresponding document images where required. It is not advisable to image Purchase Orders, Standing Orders or Releases until a replacement FMS is chosen RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 67 Appendix B: Technical Environment This section presents the City of Miami Beach's current computer environment, standards and expectations. It also covers expected changes, and applications planned or under consideration. Information Technology Organization The City's IT Department is located at lith & Washington Avenue, several blocks from City Hall, and occupies the fourth floor of the Police Administration Building. There are currently 24 people within the City's IT Department organized into Communications, Application Systems and Systems Support areas. The City recently hired a new IT Director and had purposely postponed major decisions regarding strategy, standards or significant new systems. The Applications Systems Group designs, develops and implements new systems, and handles revisions to current applications running on mid-range computers and networked PCs. Computer room operations are part of the Application Systems Group. Systems Support installs all new network nodes and standalone devices, updates and maintains all software packages, and responds to all service calls. The group includes network administrators and technicians. Telecommunications is responsible for telephones, radios, beepers and all other means of communications throughout the City. The group is responsible for wiring and Rolm telephone system operation. Information Environment The City's current information environment is fragmented. To date there has been no consistent City-wide approach to the developing standards for the specification and purchase of computer hardware and software. An Information Technology Steering Committee was organized to deal with this situation, became inactive for a time, and is expected to be re-vitalized. Computing Environment Mid-range computers The City currently operates HP series 3000 minicomputers running under MPE/IX. One HP 3000 model 957 supports Financial Management (Mitchell Humphrey FMS package), Land Management (Permits Plus package, new version expected), Utility Billing, Payroll, Resort Tax, Inventory (Homegrown, COBOL and COGNOS 4thGL; and Fixed Assets (Collier Jackson package) systems. Some of these applications will be replaced as part of a year 2000 strategy. As this is accomplished, the current hardware may need replacement. Two additional HP 3000 series 70s support a Computer Aided Dispatch/ Response Management system for emergency services which is expected to be replaced by a client/server system later this year. All HP equipment is physically located in the IT Department which is several blocks from City Hall. Servers The City operates 10 servers supporting City functions at six separate sites. Most servers are Pentium-based with speeds ranging from 90 to 200 Mhz. All are Netware 4.1. The following table lists servers by location and application supported: RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 68 Location Server Applications Police Dept.! IT I PawnTrack; lith & Washington Information Technology 1 WordPerfect, Quattro lith & Washington Pro, Freelance, ABC Flowchart, Q&A, MS Project, Paradox, Minisoft, FoxPro, JetForm, PageMaker, Omnipage, Visual Basic City Hall 1 E-mail 17th & Convention Center Blvd. 1 CD-ROM for City Attorney 1 Q&A, Paradox, Risk Master, Lotus Organizer, Lotus 123, WordPerfect, Quattro Pro, ABC, Minisoft, Pagemaker, Omnipage Parking 1 Paradox; Skyline Financial System, Mnisoft, WordPerfect, Quattro Pro SIU (Narcotics Unit) I Drug Track, ISIS, WordPerfect, Quattro Pro, Minisoft Mechanical Maintenance I CCG Faster (Inventory), WordPerfect, Quattro Pro, Minisoft Recreation I WordPerfect, Quattro Pro Public Works 1 (planned) RJN CASSworks; Plans to consider NT servers have been on hold pending the appointment of the new IT Director. The City generally upgrades about three servers per year. Desktops The City estimates that it has 400 PCs in use, of which about 350 are networked. Configurations range from the minimum 486 running at 33 to 66 MHz with 8 MB RAM, to Pentiums running at 100 to 166 MHz with 16 to 24 MB RAM. Most PCs feature a 14" monitor and have from 800 to 1.6GB hard drives. Monitors are at least SVGA. CD-ROM drives are not standard. FAX capabilities and internal modems are not standard within City PCs, with fewer than 5% of all PCs having th is capability. The list at the end of this section shows PCs by department. About 98% of all desktops are Windows 3.1. The City will start to migrate to a 32 bit Windows operating system by mid-1998. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 69 Printers Most departments have at least one network printer. Network printers at a minimum are HP 4si, HP5L, HP6, HP 4mv and HP 5m also in use. The list at the end of this section shows printers by department. Network The City's network diagram appears on page B-6. The City leases a 10 MBS WAN connection from Bell South. City Hall, Parking, Mechanical Maintenance (Terminal Island) as well as servers and HP3000s located at the Police Department/ IT location are tied into the WAN via bridges. The HP3000's are tied to an Ethernet 802.3 backbone. HPs running Computer Aided Dispatch and Emergency Response applications tie through a Microvax SNA Gateway to Microwave MDTs. Local Area Networks for City Hall, Parking, Mechanical Maintenance and SIU are currently 10 base T. Network interface cards are D-Link for 10 base T. Information Systems, Police Technical Services and Recreation are expected to upgrade to 100 base T expected. Network interface cards will be D-Link and Intel Ethernet Express. Network utilization varies and the City estimates that network utilization is about 10%. LAN Analyzer, the City's current network administration tool, does not track network utilization. The selected document management system provider will be expected to perform network analysis prior to system implementation. Software Environment Operating Systems HP 3000s operate under MPE/IX. Networks use the Novell 4.1 operating system. Terminal emulation for the HP3000s is accomplished using WIN92 from MiniSoft. Desktops operate under Windows 3.1. Applications Packages in use on the HP3000 include Mitchell Humphrey FMS for Financial Management; Permits Plus for Land Management (Windows version is under consideration); and Collier Jackson for Fixed Assets. Certificate of Use, License, Police Evidence Property, Code Violations, Resort Tax, and Inventory were written entirely in-house using COBOL or Cognos. Purchased applications such as Payroll and Utility Billing have been modified extensively. Al ofthese applications date to 1989. Public Works, Planning & Zoning and the Building Department have expressed in interest in interface with a GIS based on ESRI's ArcInfo system that is available through Florida Power & Light. Office Suite The City uses WordPerfect 6.0 or 6.1, Quatro Pro 5.0 or 6.1, Lotus Freelance 2.1 and Lotus Organizer. The standard electronic mail product is cc:Mail. Other PC applications have been left to the discretion of end users and an overall direction for the City's use of PC resources will be started later this year. Databases No decision has yet been made regarding a production database product, although Oracle has been considered. Paradox is a standard for small database development. Internet/Intranet Plans The City has a Web page through a third party provider which is updated every two weeks. City Commission Meeting Afteraction materials are routinely made available via the Web, as are some job listings. The City is in the very early stages of formulating its Internet/ intranet strategy and is currently working with an outside firm to determine what materials could become an effective part of an intranet. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 70 City employees do not have routine access to the Internet via their networked computers, although a few do have access via standalone computers. Modem use is limited; internal modems are not standard on City PCs. Document Management System Standards Selected system must support TIFF file format for document images (bi-tona\), JPEG and JBIG for photos (continuous tone). Document image systems must support both CCITT Group III and IV compression, (currently called TSS 3 and 4). Run Length Compression or other methods which minimize distortion are favored for engineering drawings and building plans. All image transmission must be in compressed format. Bitonal image printers must support 200 and 300 dpi as a minimum requirement. The City prefers to use 5.25" optical media, if possible, as a cost consideration. Building cards, a historic file with not growth and frequent access, may be best accommodated on CD-ROM. Support for ODMA and DMA standards is expected. Network Devices by Department City Clerk's Office HP Model 4mv Printer Memory Speed Number of Units 8Mb 33 4 8Mb 75 7 12 Mb 75 16Mb 100 2Mb 12 Mb 3 Device Type ATT 515 PCs ATT 620 PC ATT 620 PC Toshiba Laptop HP Model 4+ Printer Legal Department Zenith laptop HP Model II Printer Memory Speed Number of Units 16 133 4 16 100 2 8 33 2 8 25 3 16 25 3 8 75 16 75 8 90 .5 Device Type Compaq Deskpro Compaq Prolinea IBM Clone 386-33 NCR 3230 NCR 3230 A TT 620 A TT 620 HP Mode' III Printer RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 71 Device Type Memory Speed Number of Units HP Model 4mv 12 HP Model 4 si 6 Building Department HP Vectras .75 Mb 12 NCR 3230 8Mb 25 NCR 3333 8Mb 33 7 ATT 515 16 Mb 33 A TT 620 8Mb 75 HP Laserjet II Printer .5Mb HP Model 4mv Printer 12 Mb Planning & Zoning Department Device Type Memory Speed Number of Units NCR 3230 8Mb 25 4 NCR 3333 8Mb 33 ATT 515 8Mb 33 2 A TT 520 8Mb 50 A TT 620 4Mb 75 2 A TT 620 8Mb 75 5 HP Laserjet II Printer .5Mb HP Model 4 Printer 2Mb HP Model 4m Printer 6b Public Works: Engineering & Construction Device Type Memory Speed Number of Units Compaq Prolinea 16 Mb 100 5 NCR 3333 8Mb 33 NCR 3333 16 Mb 33 2 ATT 515 8Mb 33 2 A TT 520 8Mb 50 A TT 620 4Mb 75 A TT 620 8Mb 75 HP 250C Design Jet ? RFP NO. 96-96/97 CITY OF MIAMI BEACH DATE: 8/28/97 72 HP Model4mv Printer 12 Mb b Procurement Device Type Memory Speed Number of Units NCR 3230 8Mb 25 2 ATT 515 8Mb 33 2 A TT 620 8Mb 75 5 A TT 620 12 Mb 75 HP 4si Printer 2 Mbb RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 73 ADDendix C: Document Descriptions and Retrieval Volumes The following documents are candidates for document imaging and/or document management: Phase 1: Afteraction Documents Resolutions Ordinances Regular and Consent Agendas Commission Memoranda Contracts and Agreements Committee Reports Handouts and Supporting Materials distributed at Commission Meetings Phase 2: Building Plans Building Cards Building Recertification Files Design Review Board Files Zoning Board of Adjustment Files Historic Properties Files Public Works As-Built Drawings Phase 3: Violations Files Formal Bid Files Volumes, descriptions and retrieval estimates for these documents appear below. Phase 1 Afteraction Documents Afteraction documents contain a recap of the items called, passed, tabled for further discussion, etc. following a City Commission Meeting. [Note that minutes of the Commission Meeting exist as videotapes and audio tapes only; no full written minutes are produced.] There are at least 22 afteraction documents prepared per year. Afteraction documents are produced internally using WordPerfect software. They are printed to 20 lb. bond paper and are also available on a shared network drive, segmented by year, by meeting date. In the current workflow, afteraction documents are submitted to a full text engine (Folio Views) as well as to an Internet service provider. Afteraction documents in their present form serve as an initial point of query for filling information requests. The afteraction shows item captions and item numbers (such as Resolution number, Ordinance number). Once these are known, the paper document must still be retrieved. Afteraction documents are referred to from 5 to 10 times per day in order to answer information requests. Resolutions Resolutions document City Commission actions. Resolutions average 12 pages each. Approximately 330 resolutions are adopted per year. Resolutions are produced internally using WordPerfect software. They are printed to 20 lb. bond paper, 8.5 X 11. Copies appear in the Commission Meeting Package. Once adopted, the original resolution is numbered, submitted for the City Clerk's and Mayor's signature, affixed to a green backer and filed in order by resolution number. Retention is permanent. Indexing requirements for resolutions include resolution number, meeting date, and full text of resolution. Ordinances Ordinances document City laws. Ordinances average 7 pages each. Approximately 130 ordinances are adopted pel year. Ordinances are produced internally using WordPerfect software. Ordinances receive form approval from the RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 74 Legal department. They are printed to 20 lb. bond paper, 8.5 X 11. Copies appear in the Commission Meeting Package. Most ordinances must be read twice. The second reading is a public hearing. Once adopted, the ordinance is numbered, submitted for the City Clerk's and Mayor's signature, affixed to a backer and filed in order by ordinance number. Retention is permanent. Indexing requirements for ordinances include resolution number, meeting date, and full text of resolution. Retrieval Note: The City Clerk's department receives about 25 requests per week for resolutions, ordinance and contracts. Ninety to 95% of all requests are for resolutions and ordinances that are one year old or less. About 5 to 10% of all requests are for items that are older than one year. Two thirds of all request are from people inside the city. One third of all requests come from the public, which are primarily interested in contracts. Regular and Consent Agendas Regular and Consent Agendas list items for discussion at City Commission Meetings. Consent Agendas average 3 pages (front and back) per meeting, Regular Agendas about 5 pages (front and back) per meeting. There are at least 22 meetings per year. The Agendas function as a table of contents to City Commission Meeting packets, showing the page numbers for materials related to each agenda item. Regular and Consent Agendas are currently prepared using WordPerfect, and produced in 186 paper copies, most of which go to City departments. Agendas are printed on 8.5 x 11 inch, colored paper stock, with yellow paper used for Regular Agendas and green paper used for Consent Agendas. Agendas should be indexed by document type and meeting date, and be full text searchable. It would be ideal to be able to perform a full text search on the agenda, locate relevant items, then hot key to the images (or electronic files) of the related resolution, ordinance, contract, etc. Commission Memoranda Commission Memoranda are prepared by City departments who wish to add an item to the Regular or Consent Agenda, and for any Resolution or Ordinance expected to come before the City Commission. Commission Memoranda average 3 to 5 pages and require the signatures of the department head, the Assistant City Manager and the City Manager. Commission Memoranda are prepared using WordPerfect and printed to 8.5 x II inch bond paper for inclusion in the City Commission Meeting packet. Contracts and Agreements Contracts and agreements are prepared by entities who have been awarded business with the City and are submitted as paper documents, usually 8.5 x 11 inches, ranging in size from 20 to 50 pages or more. Contracts become part of the City Commission Meeting package. Contracts may contain supplemental information such as drawings, schematics, renderings, photographs, etc. The number of contracts receives grows by about 10% per year. For the purposes of planning, figure two contracts per Commission Meeting. Indexing parameters include document type, commission meeting date, relevant resolution number, or other fields that would facilitate retrieval of the imaged contract or agreement. Committee Reports Committee reports are prepared by City Commission Boards and Committees or other entities that have been assigned specific tasks. Committee reports become part of the City Commission Meeting package. Committee reports are submitted in paper form, and may range from 10 to 50 pages or more. For the purposes of planning, figure 3 committee reports per City Commission meeting. Retention of committee reports is permanent as part of the Commission Meeting package. Indexing parameters include document type, commission meeting date, relevant agenda items number or other means that would facilitate retrieval. Handouts And Supplemental Material Handouts and supplemental material is a broad term referring to materials that may be distributed at City Commission Meetings. Such material may encompass blueprints, engineering and architectural drawings, color renderings, photographs, poster boards, as well as letter-sized documents. Volumes for supplemental materials are not available. Retention of this material is permanent, as it is considered part of the public record of the Commission Meeting. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 75 Phase 2 Building Plans The Building department receives approximately 20,000 pages of drawings per year which range in size from A to E, with the largest concentration being C, D and E size. The department estimates that it reviews about 10 very large projects per year, each of which entails about 600 pages of drawings. The department also does about 950 large projects per year, each of which involves about 12 pages of drawings. The remaining 2000 projects per year are small, involving about 2 pages of drawings. Drawings may be black on white or blueprints. Plans approved by the City contain signatures and seals. In the future, the department plans to ask engineering and architectural firms working on large projects to submit drawings as CAD files on disk. The principal need is the ability to store, retrieve, view and plot drawings (principally paper now, but paper and electronic files in the future) to complete on- site inspections. The department retrieves plans about 20 times per day. Indexing parameters should include permit number and date issued, as well as other information that would facilitate retrieval. Building plans prior to 1988 are stored on 35mm microfilm rolls and jacketed roll film. The City wants to be able to scan from film on an as-needed basis, providing an "on-demand" conversion strategy. Citizens doing rehab work routinely make requests for old building plans, which must be printed from microfilm. Building Cards Building cards provide a locator index to plans and permits issued prior to 1988, the year that the Permits (the LMS) system was implemented. Building cards also show the history of a property. Building cards are letter sized, yellow card stock that is double sided. Information on the cards is a combination of typewritten and handwritten notes in black, blue and red ink colors. Generally, three cards contain the entire history of a property, and related cards have been taped together to form a fan fold. The entire file constitutes approximately 16,000 building cards, representing about 96,000 images. Approximately 15-20% of the cards are in poor condition and will require repair. The file is complete in its present state. Building Cards are retrieved about 20 times per day, and copied. Planning and Zoning refer to these cards frequently, as do citizens requesting old drawing copies. Retention is permanent. Possible indexing values include document type and property address. Approximately 10 people in four departments will require access to building cards. Recertification Files Building Recertification files are case files containing information regarding buildings older than 40, which must be recertified every 10 years. There are approximately 2400 case files, each containing about 18 pages of documents. Approximately 350 new folders are added each year. Requesters for these files include buyers and sellers of properties, as well as Planning and Zoning. There are about 15 retrievals per week from these files. Documents found in the case file include: Letter of recertification, Land Management System fee print out, Certified mail return receipts, architects' reports (containing seals), recertification notices and color photographs. For the most part, documents are 8.5 by II inch, bond paper, black on white. Indexing requirement is property address. Design Review Board Files The DRB processes about 1100 projects per year. Each case averages about 15 architectural drawings and 40 pages of documents. Most drawings are 24" by 36". There are about 20 requests per month for information from DRB case files. The Design Review Board's Quattro Pro database is used for tracking cases and shows the file number, property address, project description and review date. Design Review Board files require the ability to capture legal sized documents, II x 17 documents, architectural drawings, color renderings and photographs. Typical file contents are listed below: Design Review Board Project File 8083 Application, disclosure forms, affidavit Color rendering Checklist of documents needed Reduced copy of drawing 5 pages, legal 1 I 8 pp RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 76 Photographs Building card copy Plan print from microfilm Survey document Architectural drawings Staff report Ownership list of properties within 275' Set of plans with changes Staff report RFP NO. 96-96/97 DATE: 8/28/97 3 3 pp I pp 2 pp 11 x I 7 7 pp 9 pp WP doc 24 pp legal 8 pp 8 pp WP doc CITY OF MIAMI BEACH 77 Each DRB File is referenced at least three times: Once for Design Review Board Meeting, once when the Building Permit is issued and once when the Certificate of Occupancy is issued. Three users would need access to the image files. Zoning Board of Adjustment Files The Zoning Board of Adjustment averages about 7 to 10 projects per month. The average file consists of about 6 pages of drawings and about 30 or more documents. Most cases go before the Zoning Board twice. The file is referenced twice more, once when the Building Permit is issued, again when the Certificate of Occupancy is issued. When ZBA files are used for research purposes, the documents needed are the staff report and the recorded final order. Four to five people would need access to ZBA case files. Retrievals average about 15 times per month. Zoning Board File Cover letter Original of Recorded Final Order Final Order not recorded Letter from applicant Conflict of interest Staff report for modification Transcript of case Public Works report copy Application for modification Staff report City Attorney letter Applicant letter Photograph copy Original final order Staff report - April Staff report - May City attorney letter Comments from Public Works Comments from Public Works Public notice (original) Applicant letter Minutes Minutes Notification list (prop. owners w/in 275') Petition with signatures Modification drawings Survey for modification Application for modification Originals for survey Originals for drawings Return receipts Voting records Misc. Cash Receipt Historic properties 1 P 4 pp 4 pp 1 P 2 pp double sided 1 p + 4 pp original final order 50 pp I 6 pp (some legal) I p + 44 pp final order I p 1 P 1 p 5 pp 2 pp 2 pp I I P 1 p 2 pp legal 1 p 8 pp 50pp 16 pp legal 2 pp 3 pp (24 x 36) I P 2 pp 1 P 7 pp (24 x 36) blueprint 10 pp 4 pp blue paper 3 pp Planning and Zoning maintains files on about 2000 addresses that are considered historic properties. Again Each file consists of about 40 - 50 pages of drawings and about 40 pages of various documents. Indexing requirements are property address and folio number. Note: Folio number is the City's equivalent of tax parcel number. Historic properties files average 20 requests per month. The Historic Properties database is a list of property addresses, the year of construction, the architectural firm and 27 other fields of information about the property. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 78 Public Works As-Built Drawings The division works on 20 to 30 projects per year and receives about 750 pages of drawings per year. Most drawings are C, 0 and E sized. Indexing parameters for public works drawings include subdivision name, project type and drawing number, although this is expected to change. The department hopes to navigate to an intersection using the GIS, then link to imaged drawings that show what lies beneath the intersection. Public Works intends to use base maps to be purchased from Florida Power & Light as the basis of a GIS. The division requires outside design companies to submit one copy of all drawings on CAD and will need structured indexing, viewing and plot capabilities for CAD drawings. Phase 3 Special Masters Case Files The Special Masters unit assembles 200 to 300 case files per month on violations of City Ordinance, Fire and Building Codes. Violations Case files contain approximately 30 pages of information. Case files must be accessible by Legal (one station), Building Dept. (one station) and Code Compliance (one station). File contents include: Notice to appear Certified Mail Receipt Special Master Findings Check copy Violation Notice Recorded Final Order Notice to Appear Certified mail receipt Notice to Appear Notice of Violation Notice to Appear Certified mail receipt Affidavit of violation Certified mail receipts Non correction letter Correspondence Certified mail receipts Notice of violation Violation progress report Request for hearing Purchasing Files Ip Ip Ip Ip I P Ip Ip Ip 1 p legal 1 1 Ip 1 2pp Ip Ip Ip Ip 1 p handwritten form Ip The department does about 175 formal bids per year. Bid files contain about 80 pages of documents per file. Procurement works with the City's Public Works Department on bids for capital improvements. The Public Works department issues drawings as part of its RFP specifications. The Procurement Department is responsible for duplicating the drawings for firms who plan to bid on the work. Procurement is also responsible for supplying copies of bid files in response to public information requests from firms who wish to see what their competitors have done. Imaging for bid files would facilitate drawing duplication and public information requests for copies of successful bids. Bid files on capital projects are kept for 15 years. There is no estimate of the number of retrievals from formal bid files, but the department estimates that it retrieves documents 20 to 25 times per day from all files (including POs and standing orders). Ninety percent of all retrievals are for material that is two years old or less. RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 79 Appendix D: Workflows Phase IA City Clerk's Office, Information Request Process D-l Phase 1 B Legal Department, Form Approval D-2 Phase I C City Manager's Office, Commission Meeting Process D-3, 4, 5 Phase 2A Building Department, Building Permit Overview 0-6 Phase 2B Planning / Zoning, Overview Current Workflow 0-7 Phase 2C Public Works Engineering & Construction D-8 Phase 3A Special Master's Overview D-9 Phase 3 B Procurement Department, Formal Bid Files D-lO RFP NO. 96-96/97 DATE: 8/28/97 CITY OF MIAMI BEACH 80