Loading...
97-22497 RESO RESOLUTION NO. 97-22497 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ISSUE A REQUEST FOR PROPOSALS FOR A CONTRACT TO PROVIDE HARDWARE AND SOFTWARE FOR A CONVENTION CENTER TIME KEEPING SYSTEM. WHEREAS, the City currently contracts with Spectacor Management Group (SMG) to manage the Miami Beach Convention Center; and WHEREAS, SMG has requested a time keeping system to manage the Convention Center more efficiently; and WHEREAS, it is the intent of the City to utilize the Request For Proposals process to select a qualified vendor which will be contracted to install a Convention Center Time Keeping System. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby authorize the Administration to issue a Request for Proposals for a Convention Center Time Keeping System. PASSED and ADOPTED this lOthday of September, 1997. ATTEST: ~d' p~ CITY CLERK APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~b 2J;11-~9 (~ CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\\ci.miami-beach.fl.lJs COMMISSION MEMORANDUM NO. 55 8-9l TO: Mayor Seymour Gelber and Members ofthe City Commission DATE: September 10, 1997 SUBJECT: A Resolution of the yor and City Commission of the City of Miami Beach, Florida, Authorizing t e Administration to Issue a Request for Proposals (RFP) No. 133-96/97, for a Contract to Provide Hardware and Software for a Convention Center Time Keeping System. FROM: Jose Garcia-Pedrosa City Manager ADMINISTRA TION RECOMMENDATION The Administration recommends adopting the attached Resolution authorizing the RFP to be issued. FUNDING Funding will be available from the Tourism and Convention Center Expansion Authority Capital Fund. BACKGROUND The City has selected Spectacor Management Group (SMG) to manage the Convention Center. SMG is currently recording employee attendance manually. During large event shows ( e.g. Miami International Boat Show, Miami International Home & Garden Show, International Sport Fishing Exposition, etc.), SMG must track over six hundred (600) employees and temporaries, that are required to assemble/disassemble the shows. SMG has requested a computerized tracking solution for attendance. It will be beneficial to the City and the administration of the Convention Center to automate this process. Some of the benefits will be: an efficient method of recording employee work time, quick reporting capabilities (e.g. analysis on operational cost per event show), scheduling of workers and enforcement of schedules, an easy to trace audit trail of employee work times and better management of employee accrued benefits. AGENDA ITEM C. '1 C- DATE 't-\O-C11- Attached is an RFP to solicit proposals from responsible vendors to provide an integrated hardware and software solution for a Convention Center Time Keeping System. CONCLUSION The issuance of the RFP will allow the City to select a qualified vendor to provide a hardware and software solution. JGP:MDB:PK J-lPJr. Attachment RFP NO.: DATE: CITY OF MIAMI BEACH RFP NO. 133-96/97 REQUEST FOR PROPOSALS FOR CONVENTION CENTER TIME KEEPING SYSTEM PROPOSALS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN OCTOBER 13,1997 AT 12:00 NOON CITY OF MIAMI BEACH PROCUREMENT DIVISION 1700 CONVENTION CENTER DRIVE, THIRD FLOOR MIAMI BEACH, FL 33139 PHONE: (305) 673-7490 FAX: (305) 673-7851 133-96/97 CITY OF MIAMI BEACH September 15, 1997 1 329 TABLE OF CONTENTS Pa2e I - OVERVIEW AND PROPOSAL PROCEDURES. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 II - SCOPE OF SERVICES. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 III - PROPOSAL FORMAT .................................................. 10 IV - EVALUATION/SELECTION PROCESS; CRITERIA FOR EVALUATION . . . . . . . . . 13 v - GENERAL PROVISIONS ................................................ 15 VI - SPECIAL TERMS AND CONDITIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 VII-ATTAC~NTS ..................................................... 21 VIII - PROPOSAL DOCUMENTS TO BE COl\1PLETED . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 RFP NO.: DATE: 133-96/97 CITY OF MIAMI BEACH September 15, 1997 2 330 SECTION I - OVERVIEW AND PROPOSAL PROCEDURES: A. INTRODUCTIONIBACKGROUND The City of Miami Beach is located on a barrier island off the southeastern coast of Florida and comprises 7.1 square miles of land and 10 square miles of water. Incorporated in 1915, the current population is approximately 100,000. The City has approximately 1,800 employees managed by a City Manager form of government. The City Manager reports to six commissioners serving staggered four-year terms and a Mayor serving a two-year term. The City of Miami Beach is soliciting proposals from responsible vendors to provide an integrated hardware and software solution for a Convention Center Time Keeping System. The system should track employee time cards by department, shows, and events. Employee benefits for full-time, part-time, and temporary employees, will also need to be recorded. The system should also include event scheduling with enforcement and supervisor override. The system must provide a minimum of two permanent time clock stations/terminals and two portable handheld time clock units. B. RFP TIMETABLE The anticipated schedule for this RFP and contract approval is as follows: RFP issued 9/15/97 Deadline for receipt of questions 10/6/97 Deadline for receipt of proposals 10/13/97 at 12 Noon Evaluation/selection process 10/27/97 Projected award date 11/5/97 Projected contract start date 11/19/97 C. PROPOSAL SUBMISSION An original and 5 copies of complete proposal must be received by October 13, 1997 at 12:00 Noon and will be opened on that day at that time. The original and all copies must be submitted to the Procurement Division in a sealed envelope or container stating on the outside the proposer's name, address, telephone number, RFP number and title, and proposal due date. The responsibility for submitting a response to this RFP to the Procurement Division on or before the stated time and date will be solely and strictly that of the proposer. The City will in no way be responsible for delays caused by the U.S. Post Office or caused by any other entity or by any occurrence. Proposals received after the proposal due date and time will not be accepted and will not be considered. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH ~1 J.; D. CONTACT PERSON/ADDmONAL INFORMATION/ADDENDA The contact person for this RFP is the Procurement Director at (305) 673-7490. Proposers are advised that from the date of release of this RFP until award of the contract, no contact with City personnel related to this RFP is permitted, except as authorized by the contact person. Any such unauthorized contact may result in the disqualification of the proposer's submittal. Requests for additional information or clarifications must be made in writing to the Procurement Director no later than the date specified in the RFP timetable. Facsimiles will be accepted at (305) 673-7851. The City will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the deadline for responding to the RFP. Proposers should not rely on representations, statements, or explanations other than those made in this RFP or in any addendum to this RFP. Proposers are required to acknowledge the number of addenda received as part of their proposals. The proposer should verify with the Procurement Division prior to submitting a proposal that all addenda have been received. E. PROPOSAL GUARANTY All proposals must be accompanied by a proposal guaranty, payable to the City of Miami Beach, in the form of a certified check, cashier's check, or proposal bond in the amount of $250.00. Failure by a proposer to honor its proposal or to submit any required insurance or performance bond, within the time stated, shall cause the proposal guaranty submitted with the proposal to be forfeited. Any proposal which is not accompanied by the required proposal guaranty shall be considered non-responsive and ineligible for award. Proposal guaranty will be returned to successful proposer upon approval of any required insurance certificates or bonds. Guaranties submitted by other than the successful proposer will be returned after award of contract. F. 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 the 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 calendar RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 4 G~;') J t/ days after the opening of proposals without a contract award. Letters of withdrawal received after the proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. G. RFP POSTPONEMENT/CANCELLA TION/REJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, proposals; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP or in any proposals received as a result of this RFP. H. COST INCURRED BY PROPOSERS All expenses involved with the preparation and submission of proposals to the City, or any work performed in connection therewith, shall be borne by the proposer( s) and not be reimbursed by the City. I. 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. All proposer(s) must register prior to award; failure to register will result in the rejection of the proposal. Potential proposers may contact the Procurement Division at (305) 673-7490 to request an application. Registration requires that a business entity complete a vendor application and submit an 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 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, including new address, telephone number, services, or commodities. J. EXCEPTIONS TO RFP Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what alternative is being offered. The City, after completing evaluations, may accept or reject the exceptions. In cases in which exceptions are rejected, the City may require the proposer to furnish the services or goods described herein, or negotiate an acceptable alternative. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 5 333 J K. SUNSHINE LAW Proposers are hereby notified that all information submitted as part of a response to this RFP will be available for public inspection after opening of proposals, in compliance with Chapter 286, Florida Statutes, known as the "Government in the Sunshine Law". L. NEGOTIATIONS The City may award a contract on the basis of initial offers received, without discussion, or may require proposers to give oral presentations based on their proposals. The City reserves the right to enter into negotiations with the selected proposer, and if the City and the selected proposer cannot negotiate a mutually acceptable contract, the City may terminate the negotiations and begin negotiations with the next selected proposer. This process will continue until a contract has been executed or all proposals have been rejected. No proposer shall have any rights in the subject project or property or against the City arising from such negotiations. M. PROTEST PROCEDURE Proposers that are not selected may protest any recommendations for contract award by sending a formal protest letter to the Procurement Director, which letter must be received no later than 5 calendar days after contract award by the City Commission. The Procurement Director will notify the protester of the cost and time necessary for a written reply, and all costs accruing to an award challenge shall be assumed by the protester. Any protests received after 5 calendar days from contract award by the City Commission will not be considered, and the basis or bases for said protest shall be deemed to have been waived by the protester. N. RULES; REGULATIONS; LICENSING REQUIREMENTS Proposers are expected to be familiar with and comply with all Federal, State and local laws, ordinances, codes, and regulations that may in any way affect the services offered, including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines. Ignorance on the part of the proposer will in no way relieve it from responsibility for compliance. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 6 334 v O. DEFAULT Failure or refusal of a proposer to execute a contract upon award by the City Commission, or untimely withdrawal of a proposal before such award is made, may result in forfeiture of that portion of any proposal surety required equal to liquidated damages incurred by the City thereby, or where surety is not required, such failure may be grounds for removing the proposer from the City's vendor list. P. CONFLICT OF INTEREST The award of this RFP is subject to provisions of State Statutes and City ordinances. All proposers must disclose with their proposal the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, child) who is also an employee of the City of Miami Beach. Further, all proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the proposer or any of its affiliates. Q. PROPOSER'S RESPONSmILITY Before submitting proposal, each proposer shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract. No pleas of ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will relieve the successful proposer from any obligation to comply with every detail and with all provisions and requirements of the contract documents, or will be accepted as a basis for any claim whatsoever for any monetary consideration on the part of the proposer. R. RELATION OF CITY It is the intent of the parties hereto that the successful proposer shall be legally considered to be an independent contractor and that neither the proposer nor the proposer's employees and agents shall, under any circumstances, be considered employees or agents of the City. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 7 335 ,J SECTION II - SCOPE OF SERVICES A. OVERVIEW The City Of Miami Beach seeks a turn key solution to manage the Miami Beach Convention Center's time keeping, scheduling, and benefits for full-time, part-time, and temporary employees. The software should be networkable. The City currently uses Novell Netware for network file sharing/printing and Windows 3.x/95 for client access to the server. The proposed system should operate within this environment to maximize the City's current investment and future plan in technology, (see section VII - Attachments, Exhibit B - City Technology Profile.) B. SOFTWARE The system must be able to track a minimum of 1,500 active employees. The system must interface with ADP payroll. The system must be capable of tracking employees working at multiple events at differing pay scales within the same pay period. The system must be able to record employee regular pay, holiday pay, overtime pay, flat minimum pay, late arrivals and absences. The system must be capable of tracking employee benefits such as sick time, vacation time, and other accrued times. C. HARDWARE The City seeks a system with two permanent time clock stations/terminals that will communicate to the host, located approximately 3,000 feet away, via communication lines such as modems and two portable handheld scanner timeclock units. Badge swipes, scanning, and key entry are necessary for recording time events. The proposer will provide at least a 1 year warranty on equipment and provide on-site maintenance. The system must be able to operate in the City's current Netware and Windows environment and should be easily expandable if needed in the future. D. LEADERSIDP, ADMINISTRATION, QUALITY AND FUTURE TECHNOLOGIES COMMITMENT. The Proposer's ability to support the City in a way that will ensure a successful implementation is of critical importance. The selected Proposer must meet the following requirements: 1. Be an industry leader and have a clear vision of how they will support emerging technologies and industry standards. 2. Provide a single point of contact for all contract negotiation, installation and implementation issues. 3. Demonstrate an ongoing commitment to quality, increased operating efficiency and RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 8 336 ~ 5. effectiveness and an improving cost/value ratio. Maintain competent technical and administrative support organizations, trained in current and emerging technology, and properly trained and equipped. Proposer must have references for other convention center, hotel, arena, and stadium installations, including contacts and telephone numbers. Proposed system must have a track record of being used for the last five years in a similar size site. , ",. 4. 6. E. TRAINING Proposer will describe a detailed description of the training plan necessary for full utilization of the system. The training plan will include the type of training, location of training, equipment / materials used for training and party responsible for said equipment / materials, length of training and any limits on number of users to attend training. F. WARRANTIES / EXTENDED MAINTENANCE PLAN Proposer will describe, in detail, your proposed warranty (minimum one year) on the system and any optional extended maintenance plans. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 9 337 SECTION ill - 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 required format, or which do not have the appropriate signatures on each document, may be deemed to be 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 of the proposal, including enclosures. All pages must be consecutively numbered and correspond to the table of contents. 2. Proposal Points to Address: Proposer must respond to all minimum requirements listed below, and provide documentation which demonstrates ability to satisfy all of the minimum qualification requirements. Proposals which do not contain such documentation may be deemed non-responsIve. 3. Price Proposal Proposer must include price which will be charged to the City. 4. Acknowledgment of Addenda and Proposer Information forms (Section VIII) 5. Any other document required by this RFP. such as a Ouestionnaire or Proposal Guaranty. B. MINIMUM REQUIREMENTS / QUALIFICA nONS: Please do not include brochures, manuals, or boiler plate proposals in the sections listed above. If included, it must be listed in the table of contents as an appendix after section 5 (Other Required Documents). 1. Include the following specific subsections as part of Section 2 (Proposal Points to Address) : Executive Top level summary of the most important aspects of the proposal, Summary containing a concise description of the proposed solution and cost. Detailed Provide detailed information of proposed solution as described in Description SECTION II - SCOPE OF SERVICES, including detailed project of Proposed plans for implementation, training, and continued maintenance. Solution RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 10 338 ) 2. In Section 3 (price Proposal) provide detailed price information for hardware, software, training, warranty, and extended maintenance plan as follows: Description Price Hardware: List itemized detail of hardware for proposed system; $ provide name brand, model number, and price per unit. $ Hardware Total $ Software: Please describe, in detail, software modules/components $ including version number and price per module for the $ proposed system. If third party software is needed, $ include as separate module and price. Include price per single user and simultaneous users in groups of3, 5, and 10 users or state unlimited use by City. Software (single user license) Total $ Software (3 user license) Total $ Software (5 user license) Total $ Software (10 user license) Total $ Training: Please list and price the training plan proposed in $ Section II. Warranties / Extended Maintenance: Please list the proposed warranty and price. Include $ length of warranty period. Please list various options for extended warranties / $ maintenance plans to begin after warranty period. $ 3. In Section 5 (Other required documents) include: RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 11 339 RFP NO.: DATE: a) The completed "Punctions/Features Questionnaire" (Exhibit A). This Exhibit should be returned as both hardcopy and filled in on the attached diskette. Both WordPerfect and Word formats are available. b) Include either an annual report or financial data (e.g. audited financial statements, Dunn & Bradstreet rating reports, etc.). 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 12 340 SECTION IV - EV ALVA TION/SELECTION PROCESS: CRITERIA FOR EV ALVA TION 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 each 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 presentations before the Evaluation Committee makes its recommendation. 5. The Evaluation Committee shall recommend to the City Manager the proposal or proposals acceptance of which the Evaluation Committee believes to be in the best interest of the City. The Evaluation Committee shall base its recommendations on the following factors: a. Responsiveness to the technical requirements of this RFP. b. Proposer's Qualifications, Experience and Professional Reputation. c. Total cost for proposal. d. Training. e. Warranty / Maintenance Plan. 6. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission the proposal or proposals acceptance of which the 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 of the recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve the City Manager's recommendation(s). The City Commission may reject City Manager's recommendation(s) and select another proposal or proposals. In any case, City Commission shall select the proposal or proposals acceptance of which the City Commission deems to be in the best interest of the City. The City Commission may also reject all proposals. 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 RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 13 341 negotiate a contract with a proposer other than the top-ranked proposer if the negotiations with the top-ranked proposer fail to produce a mutually acceptable contract within a reasonable period of time. 9. A proposed contract or contracts are presented to the City Commission for approval, modification and approval, or rejection. 10. If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and City Clerk sign the contract( s) after the selected proposer(s) has or have done so. Important Note: By submitting a proposal, all proposers shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 14 342 SECTION V - GENERAL PROVISIONS A. ASSIGNMENT The successful proposer shall not enter into any sub-contract, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the City. Any unauthorized assignment shall constitute a default by the successful proposer. B. INDEMNIFICATION The successful proposer shall be required to agree to indemnify and hold harmless the City of Miami Beach and its officers, employees, and agents, from and against any and all actions, claims, liabilities, losses and expenses, including but not limited to attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in law or in equity, which may arise or be alleged to have arisen from the negligent acts or omissions or other wrongful conduct of the successful proposer, its employees, or agents in connection with the performance of service pursuant to the resultant Contract; the successful proposer shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs expended by the City in the defense of such claims and losses, including appeals. C. TERMINATION FOR DEFAULT If through any cause within the reasonable control of the successful proposer, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful proposer of such termination which shall become effective upon receipt by the successful proposer of the written termination notice. In that event, the City shall compensate the successful proposer in accordance with the Agreement for all services performed by the proposer prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful proposer shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the proposer, and the City may reasonably withhold payments to the successful proposer for the purposes of set off until such time as the exact amount of damages due the City from the successful proposer is determined. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 15 343 D. TERMINA nON FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful proposer of such termination, which shall become effective thirty (30) days following receipt by proposer of the written termination notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful proposer in accordance with the Agreement for all services actually performed by the successful proposer and reasonable direct costs of successful proposer for assembling and delivering to City all documents. Such 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.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 16 344 SECTION VI - SPECIAL TERMS AND CONDITIONS A. PERFORMANCE BOND Within five (5) calendar days after the award of the Agreement, the successful Respondent will be required to obtain and provide a $5,000.00 bond which will remain in effect during the term of the Agreement. The bond shall be executed by a responsible corporate surety which has been given a B+ VI or higher rating by the most recent edition of AM Best's Insurance Guide and which is authorized to issue bonds in the State of Florida through an authorized agent with an office in Florida. In the alternative, an Irrevocable Letter Credit or cash deposit will be accepted. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 17 345 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety, are held and firmly bound unto the City of Miami Beach, Florida, as Obligee, hereinafter called the City, in the amount of Dollars ($ ), for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor, on the _ day of , 19 --..J entered into a certain contract with the City, hereto attached, for RFP No. 133-96/97, Entitled "CONVENTION CENTER TIME KEEPING SYSTEM" , which Contract is made a part hereof by reference thereto. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of said Contract, and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, then this obligation shall be void; otherwise to remain in full force and effect. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which the final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Obligee named herein or the heirs, executors, administrators or successors of the Obligee. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 18 346 IN WITNESS WHEREOF, the above bounded parties have caused this Bond to be executed by their appropriate officials of the day of , 19 WITNESSES: PRINCIPAL: (If sole Proprietor or partnership) (Firm Name) BY Title: (Sole Proprietor or Partner) PRINCIPAL (If Corporation) (Corporate Name) BY (president) Attest: (Secretary) (CORPORATE SEAL) COUNTERSIGNED BY RESIDENT FLORIDA AGENT OF SURETY: SURETY: (Copy of Agent's current License as issued by State of Florida Insurance Commissioner) By: RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 19 347 CERTIFICA TE AS TO CORPORATE PRINCIPAL I, , certifY that I am the Secretary of the Corporation named as Principal in the foregoing bond; that who signed the said bond on behalf of the Principal, was then of said Corporation; that I know his signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf 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 appeared , who says that he is the Attorney-in-Fact, for the (Surety) and that he has been authorized by the Surety to execute the foregoing bond on behalf of the Surety named therein in favor of the City of Miami Beach, Florida. Said person is _ personally known to me, or _ has produced (specifY type of identification, i.e., driver'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 and year aforesaid. (Attach Power of Attorney) Notary Public State of Florida- at-Large My commission Expires: RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 20 348 SECTION vn - ATTACHMENTS Exhibit A - FunctionslFeatures Questionnaire Proposer should assign the appropriate response code to each of the questions below. Please return this section both as printed proposal and diskette in either Word Perfect format or Word format. Y - Specification is fully met by the proposed existing software, is installed and operational at other sites and can be demonstrated to the City. N - Not provided. ..... ............>.. ... ....... ........ ................ ..... .... ......>........... )> ..... ...... .... ................. \)....... 'Ti1I.T c.c ...... ......................... .. .> ... ......... .. ...... ... ..... ..... ..... ...... > 1. Does the proposed system handle at least 1,500 active employees? 2. Does the system have direct interface/downloading to ADP payroll system? 3. Does the system run on a Novell Netware server using MicroSoft Windows operating environment for client access? 4. Will the proposed system run on a stand-alone PC using Windows? 5. Does the system have two fixed timeclock stations/terminals in the proposed package? 6. Do the remote timeclock stationslterminals interface via modem with host PC/server? 7. Does the system have two portable handheld scanner timeclock units included in the base package? 8. Do the timeclock stations/terminals have entry capability for badge swipes, PIN entry, and supervisor-authorized entry? 9. Do the timeclock stations/terminals have internal battery backup capability? 10. Does proposer manufacture the timeclock stations/terminals? 11. Will proposer provide for maintenance/repairs of timeclock stations/terminals for the next five years? 12. Does the system have full security parameters, allowing multiple levels of access depending on user id/password? 13. Does the system provide archiving of historical time and attendance data for employees based on a date range? RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 21 349 14. Is the system capable of processing and reporting all critical labor data, including labor hours, absences, late arrivals, vacation time, exception comments and wages? Attach sample reports. 15. Is the system capable of accruals reporting for employee benefits, including sick time, vacation, personal time and other accrued time as required? Attach sample reports. 16. Is the system capable of remote diagnostics to be performed by maintenance and service representatives over a modem? Attach sample screen prints or reports. 17. Is the system programmable for multiple employee wage parameters, including but not limited to, holiday pay, overtime parameters, minimum call time, "flat rate per call", pay structures, etc.? 18. Does the system have full end-user real time reporting capabilities, including job costing, employee data reports, departmental reports, event reports, etc.? Attach sample reports. 19. Does the system have full scheduling capability, and exception to schedule reporting capabilities? Attach sample reports. 20. Does proposer include at least one year warranty for system (software/hardware )? 21. Does proposer include start-up training for full utilization of system by purchaser? 22. Does proposer provide on-site support for timeclock stations/terminals? 23. Does proposer provide loaner timeclock stationslterminals if repair time is greater than twenty four hours? 24. Does proposer have the ability to provide supplies as needed, including id badges, labels, etc.? RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 22 350 ......................<< ....... ............. ....... rd.......... ..... ............. ..u.... .......... ......... .< ...... .............................. ......... ........... > . ..... ......... ....... ...... >>i> .i ... .><r J:II~ 25. Do the timeclock stations/terminals display name at time of swipe? 26. Do the timeclock stations/terminals display benefit hours? 27. Do the timeclock stations/terminals have the ability to change jobs and department on timeclock? 28. Do the timeclock stations/terminals have the ability to view punches? 29. Do the timeclock stations/terminals have a no re-punch feature? 30. Do the timeclock stations/terminals have an automatic lunch deduct key? 31. Do the timeclock stations/terminals have view last punch? 32. Do the timeclock stations/terminals display a schedule? 33. Do the timeclock stations/terminals have the ability for an employee to view individual messages on timeclock? 34. Do the timeclock stations/terminals allow employees to punch at any terminal? 35. Do the timeclock stations/terminals have the ability to use wands or scanners on them? 36. Do the timeclock stations/terminals have the ability to allow employees' punch while system is polling? 37. Can the timeclock stations/terminals' clock be programmed from a PC? 38. Do the timeclock stations/terminals allow supervisor edits? 39. Do the timeclock stations/terminals have punch on battery backup in the event of a power failure? 40. Do the timeclock stations/terminals have the ability to communicate over ethernet? 41. Do the timeclock stations/terminals have an internal modem to communicate with the PC/server? 42. Do the timeclock stations/terminals have off hour entry by supervisor and schedule enforcement? RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 23 351 43. Have your systems been installed for at least 5 years? 44. Does the system have an audit trail report of changes made to timecards? 45. Does the system poll clocks while in another application? 46. Does the base system have any graphing capabilities for employee data without any other software package required? Attach sample. 47. Does the system have real time updating of a timecard when a change is made, without having to get out of an application to post? 48. Does the system have customizable help screens? 49. Is the system capable of scheduling automatic report execution at offpeak hours? 50. Does the system have Job and Event tracking reports? Attach sample. 51. Does the system have the ability to add on and view comments on a timecard? 52. Does the system allow for viewing schedules on timecard? 53. Are the batteries standard off the shelf and user replaceable? 54. Is the system capable of processing and reporting all critical labor data, including labor hours, absences, late arrivals, vacation time, exception comments and wages on archival data? 55. Does proposer have a local telephone number or 1-800 toll free number for support? 56. Does proposer include references for other convention center, hotel, arena, and stadium installations, including contacts and telephone numbers? For the/ollowing questions, please use additional sheets or attachments as necessary: 57. How long does battery backup last on the timeclock stations/terminals? 58. List supported manufacturers and part numbers for backup batteries on the timeclock stations/terminals. 59. How many fixed time clock stations/terminals does the system support? 60. Do the timeclock stations/terminals ring bells at schedule times? Describe how. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 24 352 61. Do the timeclock stations/terminals communicate to door locks and gates? Describe how. 62. Describe how the timeclock stations/terminals can communicate with the host, equipment used, and at what speed? 63. If a timeclock station/terminal requires repair and it will be out of service for 24 hours, how soon does proposer provide a temporary replacement? 64. List the manufacturer of the timeclock stations/terminals and handhelds, include model numbers. 65. Are there escalation procedures for support calls? List steps and contacts. 66. How many portable handheld scanner timeclock units does the system support? 67. List the operating systems the proposed system will run on? 68. Describe how the system archives data and if the system is able to reload or view archived data? 69. What type of training does proposer include for system start-up as needed for full utilization of system by purchaser, for example (classroom, train-the-trainer, video, length of training, location of training, etc.)? 70. List any optional proposed annual maintenance/upgrade cost to be guaranteed for two years following warranty period? 71. State proposer's main line of business. 72. State number of years proposer is in business. 73. List the proposer's headquarters address and support center address if different. 74. State years proposed software has been installed in working sites. 75. List three references of proposed system of similar size for whom you have installed, include: a. Company/Agency name and main line of business. b. Brief narrative of implementation including date of installation, size of implementation, summary of technical environment. c. Contact information including name, position, phone number and extension, fax number. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 25 353 76. List sample pricing for other optional software/hardware such as handhelds, stations, etc. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 26 354 Exhibit B - City Technology Profile A. Overview The City currently operates a geographically-dispersed mix of technology platforms connected via a wide area network. Several new technology requirements have been identified which are fundamental to achieving the City's strategic initiatives. These new technology requirements formulate the City's "Future" Technology Architecture. During the next few years, the City will aggressively migrate from the current or "As-Is" Technology Architecture to the new, "Future" Technology Architecture. The Convention Center Time Keeping System is a critical part of the new Architecture. B. "As-Is" Technology Architecture Currently, the City operates the following technology platforms at its various operating locations: 1. Four (4) HP series 3000 minicomputers running under l\1PE/IX. 2. Ten (10) Pentium servers with speeds ranging from 90 to 200 Mhz. All are running Novel Netware 4.1. 3. Approximately 400 PC's, of which about 350 are networked. Configurations range from the minimum 486 running at 25 to 66 Mhz with 8 l\1B RAM, to Pentiums running at 100 to 166 Mhz with 16 to 32 l\1B RAM. Most feature a 14" SVGA monitor and have from 800 to 1.6 GB hard drives. CD-ROM drives are not standard. F ewer than 5% have FAX capabilities and internal modems. About 98% operate under Windows 3.1. The City plans to migrate to a 32-bit OS by mid 1998. 4. Most departments have at least one network printer. Network printers include lIP 4si, HPSL, lIP6, HP 4mv and lIP Sm. 5. The City leases a 10 MBS WAN connection from Bell South. The lIP 3000's are tied to an Ethernet 802.3 backbone. 6. HP's running Computer Aided Dispatch and Emergency Response applications tie through a Microvax SNA Gateway to Microwave MDTs. 7. Local Area Networks are currently 10 base T. Most network interface cards are currently "D-link" for 10 base T. Some departments are expected to upgrade to 100 base T. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 27 355 c. "Future" Technology Architecture A "Future" Technology Architecture includes: 1. Components required to access data from anywhere in the enterprise in a transparent fashion and present it to users as information to make critical decisions. 2. Information repositories for data storage. 3. Data highways by which users access information. 4. Desktop and laptop computers where information is presented. 5. Software required to tie all these elements together. Making the "Future" Technology Architecture a reality poses three major challenges. The Architecture must: 1. Provide the required "additional" functionality . 2. Coexist and be integrated with the City's existing application and technology investments. 3. Be flexible, capable of changing rapidly according to the needs of the City. To satisfY our requirements, several technology components have been identified including, but not limited to: 1. Shared Database Systems - A foundation for all enterprise data so it can be accessed and manipulated in a consistent fashion throughout the organization. 2. Client/Server Applications - Applications that can access large blocks of data from one or more data servers and manipulate the data for presentation. 3. Local Area Networks (LANs) Shared storage, printing and file services, and connectivity to high speed networks and other computing environments. 4. Laptop Computers - Mobile access to data via client/server applications and display information on a graphical user interface. 5. High Performance Networks - Multi-protocol network connectivity providing high speed data transfer between remote locations. 6. Open Systems - Adherence to industry standards able to coexist and inter-operate with other systems. RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 28 356 RFP NO.: DATE: SECTION VIII - PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY 133-96/97 CITY OF MIAMI BEACH September 15, 1997 29 357 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 and all proposals, to make awards on all items or any items according to the best interest of the City, 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 deemed to understand and agree than no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. (Authorized Signature) (Date) (printed Name) RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 30 358 REQUEST FOR PROPOSALS NO. 133-96/97 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 connection with this RFP: Addendum No.1, Dated Addendum No.2, Dated Addendum No.3, Dated Addendum No.4, Dated Addendum No.5, Dated Part D: No addendum was received in connection with this RFP. Verified with Procurement staff Name of staff Date (proposer - Name) (Date) (Signature) RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 31 359 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 pertains; that this proposal is made without connection or arrangement with any other person; and that this proposal 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 document for the purpose of establishing a formal contractual relationship between the proposer and the 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 number: RFP No. 133-96/97 SIGNATURE PRINTED NAME TITLE (IF CORPORATION) RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 32 360 Proposer's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a Corporation. answer this: When Incorporated: In what State: If Foreign 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: Ouestionnaire (continued) RFP NO.: DATE: 133-96/97 September 15, 1997 QUESTIONNAIRE CITY OF MIAMI BEACH 33 361 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 proposed project 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, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: Ouestionnaire (continued) RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 34 362 4. Has the proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? If yes, give date, court jurisdiction, action taken, and any other explanation deemed 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%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals 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 any of its principals: 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this proposal: (If none, so state.) The proposer understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and such information is warranted by the proposer to be true. The RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 35 363 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 Manager.'- The proposer further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the proposer agrees to cooperate with this investigation, including but not necessarily limited to fingerpt:inting and providing information for credit check. WITNESSES: IF INDIVIDUAL: Signature Signature Print Name Print Name WITNESSES: IF PARTNERSHIP: Signature Print Name of Firm Print Name Address SignatUre By: (General Partner) (Print Name) (Print Name) WITNESSES: IF CORPORATION: Signature Print Name of Corporation Print Name Address By: President Attest: Secretary (CORPORATE SEAL) RFP NO.: DATE: 133-96/97 September 15, 1997 CITY OF MIAMI BEACH 364