Loading...
2004-25647 Reso RESOLUTION NO. 2004-25647 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO APPROPRIATE ADDITIONAL FUNDING FOR THE PURCHASE OF ADDITIONAL HARDWARE FROM THE Q-MATIC CORPORATION, AS OWNER OF THE COPYRIGHTED SOFTWARE CODE FOR Q-MATIC SYSTEM, IN THE AMOUNT OF $29,528, BASED ON GSA BID NO. GS-07F-0017K, FOR ADDITIONAL ELECTRONIC DISPLAYS FOR CUSTOMER FLOW I QUEUING MANAGEMENT SYSTEM INSTALLED IN THE BUILDING DEPARTMENT, INCLUDING HARDWARE, WARRANTY, IMPLEMENTATION AND ELECTRICAL SUB-CONTRACTOR SERVICES. WHEREAS, the Administration has determined the need for a customer flow 1 queuing management system in the Building Department; and WHEREAS, pursuant to Resolution No. 2004-25520, based on GSA Bid No. GS- 07F-0017K, the City purchased a customer flow 1 queuing management system for the Building Department; WHEREAS, upon implementation of the system in early July 2004, the administration has identified the need to provide additional electronic displays to enhance the customers flow 1 queuing process; WHEREAS, the Q-MA TIC Corporation has provided the City with the price quote for the additional electronic displays, based on GSA bid no. GS-07F-0017K, in the amount of $29,528; said quotation being attached and made a part hereof. 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 appropriate additional funding from the Building Department Training & Technology Account (601.7000.229253) for the purchase of additional hardware from the Q-MATIC Corporation, as owner of the copyrighted software code for the Q-MA TIC System, in the amount of $29,528, in accordance with the quotation attached hereto, based on GSA bid no. GS-07F-0017K, for additional electronic displays for customer flow 1 queuing management system installed i the Building Department, including hardware, warranty, implementation and electric u ontractor services. PASSED and ADOPTED this 28th day of July, 2004. AYOR APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~L o i )'1)0/ C8Ie JMG/CMC/PAlHD T:\AGENOA\2004\July28\ConsentO-MATIC2004.RES.doc CITY OF MIAMI BEACH COMMISSION ITEM'SUMMARY m Condensed Title: A resolution authorizing the Administration to appropriate additional funding for the purchase of additional hardware from the Q-MA TIC Corporation, as owner of the copyrighted software code for Q-MA TIC System, in the amount of $29,528, based on GSA Bid No. GS-07F-0017K, for additional electronic displays for customer flow/queuing management system installed in the Building Department, including hardware, warranty, implementation and electrical sub-contractor services. Issue: Shall the Mayor and City Commission authorize the Administration to appropriate additional funding for the purchase of additional hardware from the Q-MATIC Corporation? Item Summary/Recommendation: The Mayor and City Commission should adopt the Resolution, authorizing the Administration to appropriate additional funding for the purchase of additional hardware from the Q-MA TIC Corporation, as owner of the copyrighted software code for Q-MA TIC system, in the amount of $29,528, based on GSA Bid No. GS-07F- 0017K, for additional electronic displays for customer flowlqueuing management system installed in the Building Department, including hardware, warranty, implementation and electrical sub-contractor services. Advisory Board Recommendation: IN/A Financial Information: Source of Funds: Account Approved Building Training & Technology Account Account 601.7000.229.253 IF;31J $29,528 Ci Clerk's Office Le islative Trackin Phil Azan/Hamid Dolikhani City Manager Assistant City Manager AGENDA ITEM C. 7/../ 7~rJ 8 -D(( DATE CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.miamibeachfl.gov To: From: Subject: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez ~ City Manager 0 I Date: July 28, 2004 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO APPROPRIATE ADDITIONAL FUNDING FOR THE PURCHASE OF ADDITIONAL HARDWARE FROM THE Q-MATIC CORPORATION, AS OWNER OF THE COPYRIGHTED SOFTWARE CODE, IN THE AMOUNT OF $29,528, BASED ON GSA BID NO. GS- 07F-0017K, FOR ADDITIONAL ELECTRONIC DISPLAYS TO ENHANCE THE RECENTLY INSTALLED CUSTOMER FLOWIQUEUING MANAGEMENT SYSTEM IN THE BUILDING DEPARTMENT, INCLUDING HARDWARE, WARRANTY, IMPLEMENTATION AND ELECTRICAL SUB-CONTRACTOR SERVICES. ADMINISTRATION RECOMMENDATION Adopt the Resolution. BUDGETED AMOUNT AND FUNDING $29,528 ANALYSIS Funding to be appropriated from Building Training & Technology Account (Budget Account 601.7000.229.253). Prior to the Implementation of the Q-Matic system on July 6, 2004 , the Building Department along with Fire, Public Works and Planning Departments had designated twenty-two (22) stations with various disciplines providing permitting and plan review services to be equipped with the software and hardware needed to implement the new customer flow 1 queuing management system in the Building Department. Following the implementation of the system on July 6, 2004, and a post-implementation assessment of the system and the customers' feedback, it became apparent that installation of additional hardware and software are necessary for better guiding the customers as they flow through the system. The number of stations equipped with the software was increased from 22 to 29, and various custom programming upgrades were completed. The Purchase Order was increased in the amount of $13,287 for the additional software licenses, programming upgrades, electrical sub-contractor services and implementation bringing the grand total to $86,040. Commission Memorandum Q-MA TIC July 28, 2004 Page 2 of 2 Through further assessment, it was determined that installation of two 6-tiers electronic displays, instead of the currently installed two 3-tiers electronic displays, are required to provide an efficient means of relaying the identity of calling stations to the customers. Further, through customers' feed back, installation of a new additional 4-tiers electronic display, identifying the station and the called customer by the station, were recommended. The Q-Matic Corporation has provided the City with the price quote for the additional hardware including implementation, warranty and electrical sub-contractor services, based on GSA bid no. GS-07F-0017K, in the amount of $29,528 (copy attached), bringing the grand total to $115,568. Implementation of the Q-MATIC system is necessary to improve productivity through optimum utilization of staff, where priority setting in the system allows the optimum efficiency in serving customers and distribution of workload, thereby minimizing the wait time. The Q-MATIC system provides a valuable management tool for customer service through statistical data on customers' session and wait times. The Q-MA TIC system is intended to create a more relaxed, positive and professional atmosphere, where customers are given their approximate wait time in advance and their place in line are reserved without standing in line, and employees' performance are measured objectively. CONCLUSION The Mayor and City Commission should adopt the Resolution, authorizing the Administration to appropriate additional funding for the purchase of additional hardware from the Q-MA TIC Corporation, as owner of the copyrighted software code for Q-MA TIC system, in the amount of $29,528, based on GSA Bid No. GS-07F-0017K, for additional electronic displays for customer f10wlqueuing management system installed in the Building Department, including hardware, warranty, implementation and electrical sub- contractor services. JMG/CMC/PAlHD T:\AGENDA\2004\July2804IConsentIQ-MA TICCommMemo.doc FACSIMILE Date: July 20, 2004 To: Hamid Dolikhani Fax No: (305) 535-7513 From: Steve Zombek Q-MATIC Corporation No. of pages, including this sheet: Fax No: (828)209-1100 Phone No: (678) 796-1430 Quote #: SCZ 701 (Rev) Hamid, This Is a quote to add workstation displays at each station. If you remember, this was In the original quote we had started with. I've added the additional main displays per your request as well. Please note that we will a~in re- quire the assistance of the electrician to meet permit requirements. Let me know if there are any questions. Thank you, Steve All purchase orders should be 'axed to 828-209-1100 Q-MATlC CORPORATION " Underwood Aoed Telephone: 828-20$01000 F1el.chur, ~c 28732 Telelax: 828-21>>-1100 geo-~ eOO/IOO.d 8v9-l -no~~ ndll:~O vOO~-o~-'nr Q-MATIC Corporation QUOTE i ::CuStomer jHamid Dolikhani ;Miami Beach Department of Buildings , , 700 Convention Center Dr IMiami Beach, FL r t, Ph /#: (305) 673-7000 x6753 Fax: (828) 209.1100 !FX#: (305) 535-7513 Quote#: SCZ701(Rev) 'R~t'i39,,;o;-ksiation displaysfi8S~ number called using static station identification. 1,4 tier main and 2, 3 tier extenslon:o.f~~ ~resent main displays:. _______._....--.--- . ------.- . . , QTY' PART II DESCRIPTION PER UNIT PRICE .. ._. U_ .._.N_.N'" ___R.'_N.'-......... ......-...,--..---. DISPLAYS . .D972R . :MEtt~?' DisPI~y (~edi..-. ~.. -. ,..... .___. ...~.=.~~~~.~':::.'~~~-~'~r$~~'._..-~-.-~-!~9,33Q'-.. ~..: .. .: D92.4:13. _'tJ!atrixQisplay(Red). .' .. .....n _._._.._ """,.",."..$3.~.!L__.j$J9.,:3_~? --...-.. : HARDWARE ~. :: B~~%~4 .'~:~~~~~~~~:~.~~.9~.[iiQ~-:-:.'~.." - ....: -:--...~----.-:__._..~=~;r~.-~--:.-..:l~~.=~~~~ :~~ POWER ---1'-":.. NG121 P?wersupPly.~-~ta;ida~(SE). ... . ~:.~~.=~~:..__._.___ .:s.a14..-.:...:..:.~:.='1~,454 SERVICES & LITERATURE . 1.... . ~L~~p' EI.ectrical'suti-Cci~aci.Or se.xLces':=:':"~ "m..""" ,...J'-' ]94. ". ....~: ~_',!$.1 ,e.~...__::':~___ - '. EquipmentTotal ._ __.. . '" ,.. _._ ._.._ _ _... . ...~2~901 _____ ,Shipping & Handling .. ..._ ._. _. ._. ~26 Installation Total (IN9090) $3,601 TOTAL -.--.-.----..P- - ..... $29;528 . - ----. Item. for credit must bli returned within 30 days of ..ecejDiand-ire.aUbieCtto. Drior BDDroVal and a 25% restockina fee All PURCHASE ORDERS SHOULD BE FAXED TO 828-209-1100 IF CONDUIT. SPECIAL PERMITS OR LICENSING ARE REQUIRED ADDITIONAL CHARGES MAY APPI..v Terms: Net thirty (30) days. 1.5% Discount 10 Days GSA# GS.07F.o017K Quote valid for sixty (60) dayS F.O.B. Origin or Destination Prepay F'reight And Add CAGE Code: 03PV1 Warranty Period: 12 Months Tax iD: 36-3545811 QuoteH: SCZ 701 (Rev) DUNS: 1 &-915-8629 MY applicable salea or use tall will be added to the invoice, If you are exempt, please mail exemption cartlflcate with your purchase order. Form: quote19k Date: Rep: Phone: July 20, 2004 Steve Zombek (678) 796-1430 10 2.9 S80-~ eOO/ZOO.d 8v9-1 -t'IO~~ I'ld II: ZO vOOZ-OZ-lnr