C2D-Issue RFP Installation Of Citywide Automated Teller Machines -ATM-COMMISSION ITEM SUMMARY
Condensed Title:
Request For Approval To Issue A Request For Proposals (RFP) For The Installation And Operation Of
Cit ide Automated Teller Machines (ATM at various Cit -owned roperties and facilities.
Key Intended Outcome Su!Jported:
Improve the City's Overall Financial Health
Supporting Data (Surveys, Environmental Scan, etc.):
Issue: I Whether the City Commission should approve the issuance of the RFP?
Item Summa /Recommendation:
The purpose of this Request for Proposals (RFP) is to establish a contract for the installation,
operation, maintenance, and management of automated teller machines (ATMs) to be located at
various City-owned properties and facilities. This RFP is intended to be revenue generating and
should not create any operational costs for the City.
This contract shall be for a term of three (3) years and may be renewed for an additional two (2) one-
year periods. The initial contract prices resultant from this RFP shall prevail for a three (3) year(s)
period from this contract's initial effective date. Prior to, or upon completion, of that initial term, the
City shall have the option to renew this contract for an additional two (2) one-year(s) period. The
successful contractor shall maintain, for the entirety of the stated additional period(s), the same prices,
terms, and conditions included within the originally awarded contract. Continuation of the contract
beyond the initial period, and any option subsequently exercised, is a City prerogative, and not a right
of the successful contractor. .
Award of the contract will be made to the responsive, responsible contractor who meets the
qualifications and experience requirements, has a proven track of record of successfully managing
and operating ATM accounts, and submits an offer that provides the highest per transaction revenue
to the City. The City will award a contract to a single contractor for all sites/facilities.
APPROVED THE ISSUANCE.
Advisory Board Recommendation:
Financial Information:
Source of Amount
Funds: 1
OBPI Total
Financial lmll_act Summary_:
Ci Clerk's Office Le islative Trackin
Anna Parekh, ext. 6471
Si n-Offs:
AP
T:\AGENDA\2012\2
MIAMI B,EACH
Account
t City Manager
43
Approved
AGENDA .ITEM _C_.;J.-=D __
DATE &-ff-/J-
~ MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
COMMISSION MEMORANDUM
TO: M<>un.r..ou•a i ~~w and Membe of the City Commission
FROM: Gonzalez, City Manager
DATE: February 8, 2012
SUBJECT: REQUEST FOR APPROVAL TO ISSUE A REQUEST FOR PROPOSALS
(RFP) FOR THE INSTALLATION AND OPERATION OF CITYWIDE
AUTOMATED TELLER MACHINES (ATM) AT VARIOUS CITY -OWNED
PROPERTIES AND FACILITIES.
ADMINISTRATIVE RECOMMENDATION
Approve the issuance of the RFP.
KEY INTENDED OUTCOMES fKIOs) SUPPORTED
Improve the City's Overall Financial Health
BACKGROUND
The purpose of this Request for Proposals (RFP) is to establish a contract for the
installation, operation, maintenance, and management of automated teller machines
(ATMs) to be located at various City-owned properties and facilities. This RFP is
intended to be revenue generating and should not create any operational costs for the
City.
This contract shall be for a term of three (3) years and may be renewed for an additional
two (2) one-year periods at the City's sole discretion. The successful contractor shall
maintain, for the entirety of any renewal period, the same revenue share, terms, and
conditions included within the originally awarded contract. Continuation of the contract
beyond the initial period, and any option subsequently exercised, is a City prerogative,
and not a right of the successful contractor.
Award of this contract will be made to the responsive, responsible contractor which
meets the qualifications and experience requirements; has a proven track of record of
successfully managing and operating ATM accounts; and submits an offer that provides
the highest per transaction revenue per ATM. While it is the City's intention is to award
a contract to a single vendor for all sites, the City may, if it is in the City's best interest,
award a contract to more than one vendor.
44
Commission Memo
RFPforATMs
February 8, 2012
Page 2 of7
ACCEPTANCE OF THE ATM MACHINES BY THE CITY
The ATM machines to be provided hereunder shall be delivered to the City, and
maintained in full compliance with the specifications and requirements set forth in the
RFP and subsequent contract. If an A TM machine is determined to not meet the
specifications and requirements of the contract, either prior to acceptance or upon initial
inspection, the ATM will be removed by the contractor. The contractor shall provide a
direct replacement for the non-compliant ATM. The contractor shall not assess any
charge(s) for any conforming action taken by the City under this clause.
ADDITIONAL FACILITIES MAY BE ADDED
Although the RFP and resulting contract identifies specific facilities to be serviced, the
contractor will agree and understand that any City facility may be added to their contract
at the sole option of the City. The City envisions adding ATMs at the Miami Beach
Convention Center after the existing agreement with City Cash expires on September
30, 2013.
When required by the pricing structure of the contract, contractor under their contract
shall be invited to submit price quotes for these additional facilities. If these quotes are
determined to be fair and reasonable, then the additional facility will be awarded to the
contractor who offers the highest revenue share to the City based on a per transaction
basis.
DELETION OF FACILITIES
Although this RFP identifies specific facilities to be serviced, the contractor will agree
and understand that the City may delete service for any facility when such service is no
longer required during the contract period; upon fourteen (14) calendar day's written
notice to the contractor.
LICENSES, PERMITS AND FEES
The contractor shall obtain and pay for all licenses, permits and inspection fees required
for this project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein related to the installation and
proper functioning of the ATM machines. Damages, penalties and or fines imposed on
the City or the contractor for failure to obtain required licenses, permits or fines shall be
borne by the contractor.
SUBSTITUTION OF ATM DURING TERM OF CONTRACT
Substitute brands or models may be considered during the contract period for
discontinued or defective/damaged models. The bidder shall not deliver any substitute
ATM as a replacement for a brand or model without express written consent of the City.
Substitute ATMs must be of equal or better quality than the original equipment.
45
Commission Memo
RFPforATMs
February 8, 2012
Page 3of7
ATM REQUIREMENTS
Each ATM must accept a combination of credit, debit or check cashing cards, as well as
government-issued entitlement cards such as EBT cards provided to Social Security,
Medicare and/or Medicaid recipients.
Each A TM should provide access to other area bank ATM cardholders whose banks are
part of local, regional, national and/or international networks. Each ATM shall offer, at a
minimum, the capability of processing at least three (3) networks such as: "Plus",
"Cirrus", "Pulse", "Honor", "MAC", "NYCE", "Quattro", "Presto", "Star'', and/or others. In
addition, each A TM shall offer, at a minimum, Visa and MasterCard credit card
acceptance.
Each A TM shall provide cash withdrawal from checking and/or savings accounts,
account transfers, and balance inquiries.
Each ATM shall be capable of dispensing paper currency in at least three (3)
denominations, for example, fives ($5), tens ($10), and twenties ($20).
The ATMs must be attractive, functional, and resistant to rough usage and vandalism.
A TMs shall have the capability of being programmed in at least two (2) languages. The
City prefers English and Spanish.
ATMs must have systems management capabilities for predicting, assisting, and
reporting maintenance. All A TMs shall be clearly marked with the A TM number, and
have a 24-hour toll free telephone number to call for inquiries, maintenance issues,
complaints or customer service issues.
A TM's should be located within enclosed areas, such as lobby entrance.
ATM's should be located against solid walls and away from any glass doors or storefront
glass.
A TM's should not be located within open terraces or verandas, or within open
courtyards.
ATM's should not obscure or block historic or architecturally significant features, finishes
or fixtures.
SERVICES
The contractor shall, at its sole cost and expense, install, operate, and maintain the ATM
machines at City approved locations in the facilities described herein. The City will
cause all necessary utility lines and services to be brought to the premises to facilitate
the installations.
The ATMs shall be installed in a manner compatible with the existing electrical,
mechanical, and structural design of the premises.
46
Commission Memo
RFPforATMs
February 8, 2012
Page 4 of7
A TM services shall be provided with consideration regarding the regular scheduled
opening and closing of the buildings. ATM services shall be available 24 hours per day,
7 days per week, including holidays.
The contractor shall regularly service each A TM so that it will at all times be properly
stocked, cleaned, and in condition for use.
The contractor shall keep the ATM locations in good order and repair and shall not allow
the accumulation of waste in the areas.
The contractor shall repair any holes in the walls and flooring resulting from the
installation or removal of the ATM machines.
The contractor shall provide a twenty-four (24) hour response time for machine repairs
and/or replacement.
The contractor shall be responsible for any security services in addition to those
customarily provided at the building, and will be liable for any amount and damage to
equipment installed and any contents of the ATM machines.
The awarded contractor shall pay for the telephone services associated with the ATMs.
REPORTING REQUIREMENTS
The contractor shall keep detailed monthly records on the number of total viable
transactions and foreign transactions separately for each A TM machine to determine
commissions payable to the City.
The contractor shall provide detailed records on the monthly transactions per machine
and submit such reports to the City's Contract Administrator, no later than the fifteenth
(15th) of each month for the preceding reporting period.
PAYMENTS AND TRANSACTION FEES
The monthly flat rate fees are due and payable in advance on the first (1 5t) day of each
month. Foreign transaction fee payments are to be remitted to the City on a monthly
basis.
Foreign transaction fees earned in one month shall be remitted no later than the fifteenth
(15th) of the next month or the next business day if the 15th falls on a weekend or holiday.
The contractor shall disclose to the City the transaction fee charges and/or surcharges
levied to cardholders and non-cardholders. Transaction fees or surcharges exceeding
three dollars ($3.00) per viable transaction must receive prior written approval by the
City.
47
Commission Memo
RFPforATMs
February 8, 2012
Page 5of7
REQUIRED SUBMITTALS
The contractor must provide written evidence of the following minimum criteria
requirements:
Be on a list of Qualified Public Depositories as designated by the Office of State
Treasurer, and a.s required by the Florida Security of Public Deposits Act, Chapter 280,
Florida Statutes.
Be a member of the Federal Reserve System.
Be an originating depository financial institution authorized by the Federal Reserve
System.
Be an originating depository financial institution authorized by the Federal Reserve to
originate direct deposits.
Must provide at least five (5) clients as references, preferably government agencies.
PERFORMANCE BOND OR ALTERNATE SECURITY:
The successful contractor shall furnish the City with a security deposit, as agreed to by
the City. Said security shall serve to secure the successful contractor's performance in
accordance with the provisions of the concession agreement. In the event the successful
proposer fails to perform in accordance with said provisions, the City may retain said
security, as well as pursue any and all other legal remedies provided in the concession
agreement, or as may be provided by applicable law.
MINIMUM GUARANTEE (MG):
In consideration of the City executing a concession agreement and granting the rights
provided in the agreement, the successful contractor shall guarantee and pay to the City
an annual minimum concession fee.
PERCENTAGE OF GROSS (PG):
During the initial term and any approved renewal term, the successful contractor shall
pay the City a percentage of its gross receipts. During any term of the concession
agreement, if the amount of the annual PG is greater than the annual MG, then the
successful proposer shall pay to the City the difference between the PG amount and the
MG amount. In the event that the City chooses to extend the term of the; concession
agreement for any renewal term(s), the renewal term(s) MG shall be increased in a
manner to be negotiated between the City and successful contractor.
ATM LOCATIONS
All locations will have at least one (1) machine. For any historic properties (identified
with an asterisks (*) below), a Certificate of Appropriateness will be required to be
obtained by the successful contractor.
48
Commission Memo
RFPforATMs
February 8, 2012
Page 6 of7
1. CITY HALL PARKING GARAGE
1755 Meridian Avenue
2. 1701 MERIDIAN AVENUE (CITY HALL ANNEX)-LOBBY
777 17th St.
3. SCOTT RAKOW YOUTH CENTER AND ICE RINK
2700 Sheridan Avenue
4. *HISTORIC CITY HALL
1130 Washington Avenue
5. *SOUTH SHORE COMMUNITY CENTER
833 6TH Street
6. *21st STREET RECREATION CENTER
2100 Washington Avenue
7. *OCEAN FRONT AUDITORIUM
1001 Ocean Drive
8. NORTH SHORE RECREATION CENTER & TENNIS CENTER
501 72N° Street
9. *POLICE ATHLECTIC LEAGUE AND RECREATION CENTER
999 11 ST
10. *FLAMINGO PARK TENNIS
1235-1255 Michigan Avenue, inside Flamingo Park
11. *7th STREET PARKING GARAGE
210 7TH St.
12. *12th STREET PARKING GARAGE
512 12TH St.
13. *13th STREET PARKING GARAGE
1301 Collins Avenue
14. *16th STREET PARKING GARAGE
1557 Washington Avenue
15. 17th STREET PARKING GARAGE
640 1ih St.
16. 42nd STREET PARKING GARAGE
400 42N° Street
17. PENNSYLVANIA GARAGE
1661 Pennsylvania Avenue
18. MIAMI BEACH CONVENTION CENTER (4 ATMs)
49
Commission Memo
RFPforATMs
February 8, 2012
Page 7of7
1901 Convention Center Drive
19. MIAMI BEACH GOLF CLUB
2301 Alton Road
20. NORMANDY SHORES GOLF CLUB
2401 Biarritz Drive
EVALUATION CRITERIA
The Evaluation Committee appointed by the City Manager will review all responsive
proposals received and score and rank the contractor based on the following criteria:
1. The experience and qualifications of the contractor (30 points);
2. The methodology and approach for a turnkey solution that results in the highest
level of customer service while maximizing revenues received by the City (15
points);
3. Successful performance in providing and maintaining ATMs as evidenced by
performance evaluation surveys and reference checks conducted by the
Administration (25 points); and
4. Proposed per transaction revenue to the City (30 points).
CONCLUSION
The Administration recommends that the Mayor and City Commission approve the
issuance of the RFP with the purpose and intent of providing a service to the public while
generating revenue for the City.
JMG/HF/MS/AP/GL
T:\AGENDA\2012\2-8-12\ATM RFP.docx
50