Loading...
C2C-Issue RFP Telecommunications Audit ServicesCOMMISSION ITEM SUMMARY Condensed Title: Request For Approval To lssue A Request For Proposals (RFP) For Telecommunications Audit Services. lntended Outcome Su Ensure E ture Trends Are Sustainable Over the Lonq Term Environmental Scan, etc. N/A Item Summary/Recommendation : The Administration is interested in receiving proposals from qualified and experienced telecom auditing firms to perform a review of its telecommunication accounts for cost recovery and to provide recommendations to maximize efficiency of its telecommunication services. The City currently uses telecommunication services provided by AT&T-under the master agreement for telephone lines, circuit lines, DSL connections and for Wide Area Network WAN) circuits that provide services to over 33 buildings and facilities throughout the City. The City has approximately 1170 phone lines,65 circuit lines, and five (5) DSL connections. Currently, the City average monthly cost for these services is $141,000. A telecommunications audit has not been performed in over approximately thirteen (13) years. This audit shall identify billing errors-and other discrepancies-for cost recovery. The selected firm will also be required to identify various services that are redundant or no longer needed, e.g. unused phone lines, and to make recommendations on how to rationalize the City's account and how to maximize the efficiency of the City's telecom system. Lastly, the proposer shall evaluate available telecom service providers and propose recommendations for service providers based on quality and cost, The proposer shall have no financial relationship with any recommended service providers. RECOMMENDATION To seek proposals from interested parties, the Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida authorize the issuance of RFP 2015-126- LR for Telecommunications Audit Services. Board Recommendation: N/A Financial lnformation : Source of Funds: IT Financial lmpact Summary: Agenda ltem C2e Date 3-l[-lf& MIAMIBEACH 155 MIAMIBEACH City of Miomi Beoch,1700 Convention Center Drive, Miomi Beoch, Florido 33,l 39, www.miomibeochfl.gov COMMISSION MEMORANDUM Mayor Philip Levine and Members of the City Jimmy L. Morales, City Manager March 11,2015 SUBJECT: REQUEST FOR APPROVAL TO I SUE A REQUEST FOR PROPOSALS (RFP) FOR TELECOMMUNICATIONS AUDIT S RVICES. ADMI NISTRATION RECOMMEN DATION Authorize the issuance of the RFP. KEY INTENDED OUTCOME Ensure Expenditure Trends Are Sustainable Over the Long Term BACKGROUND The Administration is interested in receiving proposals from qualified and experienced telecom auditing firms to perform a review of its telecommunication accounts for cost recovery and to provide recommendations to maximize efficiency of its telecommunication services. The City currently uses telecommunication services provided by AT&T-under the master agreement for telephone lines, circuit lines, DSL connections and for Wide Area Network (WAN) circuits that provide services to over 33 buildings and facilities throughout the City. The City has approximately 1170 phone lines,65 circuit lines, and five (5) DSL connections. Currently, the City average monthly cost for these services is $141,000. A telecommunications audit has not been performed in over approximately thirteen (1 3) years. SCOPE OF WORK This audit shall identify billing errors-and other discrepancies-for cost recovery. The selected firm will also be required to identify various services that are redundant or no longer needed, e.g. unused phone lines, and to make recommendations on how to rationalize the City's account and how to maximize the efficiency of the City's telecom system. Lastly, the proposer shall evaluate available telecom service providers and propose recommendations for service providers based on quality and cost. The proposer shall have no financial relationship with any recommended service providers. OTHER RFP REQUIREMENTSo MINIMUM QUALIFIGATIONS. Please Reference, Appendix C, RFP 2015-126-LR for Telecommunication Audit Services (attached). o SUBMITTAL REQUIREMENTS. Please Reference Section 0300, RFP 2015-126-LR for Telecommunications Audit Services (attached). o CRITERIA FOR EVALUATION. Please Reference Section 0400, RFP 2015-126-LR for Telecommunications Audit Services (attached). TO: FROM: DATE: 156 City Commissioner Memorandum - Telecommunications Audit March 11,2015 Page 2 of 3 CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 20 1 5-1 26-LR for Telecom m u n ications Aud it Services. JLM/MT/AS/AD T:\AG E N DA\20 1 S\March 1 1 \Procu rement\RFP - Telecom m u nications Memo.doc 157 REQUEST FOR PROPOSALS (RFP) TELECOMMU N ICATIONS AU DIT SERVIC ES 2015-126-LR RFP ISSUANCE DATE: MARCH 13,2015 PROPOSALS DUE: APRIL 10, 2015 @ 3:00 PM ISSUED BY: LOURDES RODRIGUEZ, CPPB E MIAMIBEACH lourdes Rodriguez, Senior Procurement Speciolisr PROCUREMENT DEPARTMENT 1700 Convention Center Drive, Miomi Beoch, FL 33139 305.673.2000 x 6652 | Fox: 786.394-4075 | www.miomibeochfl.gov 158 4 MIAMIBEACH TABLE OF CONTENTS SOLICITATION SEGTIONS: PAGE 0100 NoT uTtLtzED ......... .......... N/A O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS ............................... X O3OO PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT ........... X 0400 PRoposAL EVALUATTON ....... ............. X APPENDICES: APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO PROPOSAL" FORM APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS APPENDIX D REVENUE PROPOSAL FORM APPENDIX E INSURANCE REQUIREMENTS RFP 2015-126 LR 159 b MIA/.l'IBEACH sEcTtoN 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and revenue sharing proposals (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Proposer(s) (the "contractor[s]") if this RFP results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective Proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposalsubmitted. 2. PURPOSE. The City of Miami Beach is requesting proposals from qualified firms experienced in telecommunications invoice auditing to perform a review of the City's telecommunication accounts with the purposes of recovering erroneous payments and to provide recommendations to the City for reducing the cost of the related services. 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Lourdes Rodriguez Telephone: 305-673-7000 x 6652 Email: lourdesrodnquez@miamibeachfl .oov The tentative schedule for this solicitation is as follows: RFP lssued March 12,2015 Pre-Proposal Meeting March 19, 2015 at 10 a,m, Deadline for Receipt of Questions March 30, 2015 by 5 p.m. Responses Due April 10, 2015 @ 3 p.m. Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing Negotiations TBD Contract Negotiations Following Commission Approval The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. RFP 201 5-t 26-LR 160 b AAIAMIBEACH 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled, A Pre-PROPOSAL conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall - 4ttt Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation, Addendum will be released through PublicPurchase. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been fonararded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov, 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http ://web. miamibeachfl.qov/procuremenUscroll.aspx?id=235 1 0 . CONE OF SILENCE CITY CODE SECTION 2486. PROTEST PROCEDURES CITY CODE SECTION 2-371 o DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3. LOBBYIST REGISTMTION AND DISCLOSURE OF FEES... CITY CODE SECTIONS 2481 THROUGH 2-406r CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487 o CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENTISSUES,.,......., CITY CODE SECTION 2488r REQUIREMENT FOR CITY CONTRACTORS T0 PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS...,.. CITY CODE SECTION 2.373 . LIVING WAGE REOUIREMENT RtP 20 t5-t 26-LR CITY CODE SECTIONS 2407 THROUGH2-410 4 161 g MTAMIBEACH . PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETEMNS AND TO STATE.CERTIFIED SERVICE. DISABLED VETEMN BUSINESS ENTERPRISES CITY CODE SECTION 2-374. FALSE CLAIMS 0RDINANCE.... CITY CODE SECTION 70-300 o ACCEPTANCE 0F GIFTS, FAVORS & SERVICES.... CITY CODE SECTION 2449 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2- 371 shall be barred. 11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuantto Cityof Miami Beach Ordinance N0.2011- 3748, the City shall give a five (5) point preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise. 12. DETERMINAT]ON OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Propose(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the contract. (2) Whether the Proposer can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer, (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also relect all Proposals. Upon approval of selection by the City Commission, negotiations between the City and the selected Propose(s) will take place to arrive at a mutually acceptable Agreement. 13. ACCEPTANCE OR REJECTION OF PROPOSALS. The City reserves the right to reject any or all proposals prior to award. Reasonable efforts will be made to either award the Contract or relect all proposals within one- hundred twenty (120) calendar days after proposals opening date. A Proposer may not withdraw its proposals unilaterally before the expiration of one hundred and twenty (120) calendar days from the date of proposals opening. 14. PROPOSER'S RESPONSIBILITY. Before submitting a Proposal, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. lgnorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. RtP 20 t5- I 26-LR 162 4 MIAMIBEACH 15. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the Proposer, and shall not be reimbursed by the City. 16. RELATIONSHIP TO THE CITY. lt is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 17. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 18. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFP. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 19. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. lnvoices must be consistent with Purchase Order format. 20. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the conkact, including its use by the City of Miami Beach, Florida. lf the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work, 21. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws. 22. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 6RtP 2U t5- | 26-LR 163 g MIAMIBEACH 23. ANTI-DISCRIMINATION. The Proposer certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 24. DEMONSTMTION OF COMPETENCY. A. Pre-award inspection of the Propose/s facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. ln these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 25. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or othenruise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 26. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 27. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency, 28. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. lt is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 29. DISPUTES. ln the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The Proposer's proposal in response to the solicitation. Rt-P 20 t5-l 26-LR 7 164 b MIAMIBEACH 30. INDEMNIFICATION. The contractor shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The contractor expressly understands and agrees that any insurance protection required by this Agreement or othenruise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 31. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 32. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Arl.1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as othenruise provided by law, (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency, 33. MODIFICATIONMITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposalto 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 withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from 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. 34. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. ln cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to (as said term and/or condition was originally set forth on the RFP). RtP 2U t5- I 20-LR 165 b MIAMIBEACH 35. ACCEPTANCE OF GIFTS. FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. Balance of Page lntentionallv Left Blank Rt-P 20 I 5- I 26-LR 9 166 g MIAMIBEACH SECTION O3()() PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES.One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise, 3. PROPOSAL FORMAT, ln order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified below, Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non- responsive and will not be considered. Cover Letter & Minimum Qualifications 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation, 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed, 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum alifications requirements established in Appendix C, Minimum Requirements and & Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. Submit at least three (3) projects within the last five (5) years where the Proposer has performed services similar to the scope of this RFP for a public sector agency. For each project that the Proposer submits as evidence of similar experience, the following is required: prolect description, agency name, agency contact, contact telephone & email, and yea(s) and term of engagement. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each Proposal team member to be assigned to this contract. 2.3 Financial Capacity. Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SOR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servleUSupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. lt is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submiftal to the City and as earlv as in the solicitation . For assistance with of the SQR submittal RFP 2015 r26-LR t0 167 b MIAMIBEACH Revenue Submit a Revenue Form ix E). Note: After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). tl contact Dun & Bradstreet at800-424-2495. of Services Submit detailed information addressing how Proposer will achieve each portion of the scope of services and technical requirements outlined in Appendix C, Minimum Requirements and Specifications, Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to a fully review and score the h and Submit detailed information on how Proposer plans to accomplish the required scope of services, including detailed information, as applicable, which addresses, but need not be limited to: data collection, charge verification, Rr-P 2U t5- I 20-LR 168 IAMiBEACH sEcTloN 0400 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. lf further information is desired, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below. lt is important to note that the Evaluation Committee will score the qualitative portions of the proposals only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be fonruarded to the City Manager who will utilize the results to make a recommendation to the City Commission. 2. Step 1 Evaluation. The first step will consist of the qualltative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. ln doing so, the Evaluation Committee may:. review and score all proposals received, with or without conducting interview sessions; or. review all proposals received and short-list one or more Proposers to be further considered during subsequent interview session(s) (using the same criteria). Proposer Experience and Qualifications, including Financial Capability Scope of Services Proposed Approach and Methodology 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive additional quantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1, as follows. Revenue Proposal b ^^ PROPOSAL EVALUATION 35 20 Veterans Preference RFP 2015-126-LR 12 169 4 MIAMIBEACH 4. Revenue Proposal Evaluation. The revenue proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Allocation of Revenue Proposal Points Vendor Proposed Revenue Example Maximum Allowable Points (Points noted are for illustrative purposes only. Actual points are noted above.) Formula for Calculating Points (highest revenue / revenue of proposal being evaluated X maximum allowable points = awarded points) Round to TotalPoints Awarded Vendor A $200.00 35 $200/$200X35=35 35 Vendor B $150.00 35 $150/$200X35=26 26 Vendor C $ 100.00 35 $100 / $200 X 15 = 18 't8 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management, Step 1 and 2 scores will be converted to rankings in accordance with the example below: * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. Committee Member 1 Step 1 Points 82 76 80 Step 2 Points 22 15 12 Total 104 91 92 Rank 1 3 2 Committee Member 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 Total 101 100 84 Rank 1 2 3 Committee Member 2 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Total 102 89 78 Rank 1 2 3 RFP 201 5- I 26-LR t3 170 APPENDIX A g MIAMIBEACH Proposo I Certificotion, auestionnoire & Req uirements Affid ovit RFP 2015- I 26-LR TELECOMMU N ICATION AU DIT SERVICES PROCU REMENT DEPARTMENT lZ00 Convention Center Drive Miomi Beoch, Florido 33,l39 171 Solicitation No: 201 5-1 26-LR Solicitation Title: Telecommunication Audit Services Procurement Contact: Lourdes Rodriouez Tel: 305.673.7000 x 6652 Email: lourdesrod rio uez@miamibeachfl .oov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer lnformation, FIRM NAME: No of Years in Business:No of Years in Business Locally: I No, of Employees: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): UI IY: STATE:ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE:ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO,: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EI\4AIL: FEDEML TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. 172 Veteran Owned Business. ls Proposer claiming a veteran owned business status? l---l ves [__--] t'to 2. SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. Conflict Of lnterest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and 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 entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact lndividual Name & Title, 3)Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-oerformance bv anv oublic sector aoencv?f--l vrs 'l----l r'ro SUBMITTAL REQUIREMENT: lf answer to above is 'YES," Proposer shall submit a statement detailing the reasons that led to action(s). Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. ln lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at www.miamibeachfl .gov/procuremenU. 5. o. 173 e serviees pursuanlte this Agreernent, the heurly living wage rates listed belew:o Cemmeneing with City fiseat year 2012 13 (Oeteber 1 ' 2012)' the heurly tiving rate will be $1 1 ,2Uhr with heatth @s, The living wage rate and health eare benefits rate may' by Reselutien ef the eity Cemmissien be indexed annually fer inflatienusi dale, issued by ttre U,S, Department ef taber's may alse, by ines it weuld net be fiseally seund te implement @ ies SUBMITTAt REQUIREMENT: Ne additienal submittal is required, B" virtue ef exeeuting this affidavit deeument, Prepeser agrees @ 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more fulltime employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Conhacto/s employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?[--l vrs [-_-i ruo B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? [__--.l ves [_-_l uo c. Please check all benefits that apply to your answers above and list in the "othe/' section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Soouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manage/s decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl .gov/procuremenU. 174 o Public Entity Crimes. Section 287.133(21(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the conskuction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.0'17 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifles it has not been placed on convicted vendor list. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. lnitial to Confirm Receinl lnitial to Confirm Receiol lnitial to Confirm Receinl Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum'14 Addendum 5 Addendum 10 Addendum 15 lf additional confirmation of addendum is required, submit under separate cover 10. 175 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. ln its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. lt is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. lnformation is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. AII Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida, 176 I hereby certify that: l, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Certification, Questionnaire and Affidavit are true and accurate. Name of Propose/s Authorized Representative:Title of Proposeis Authorized Representative: Signature of Propose/s Authorized Representative:Date: State of On this _day of _, 20_, personally appeared before me who County of _) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed, Before me: Notary Public for the State of Florida My Commission Expires: Miami Beach RFP 2015-126-LR AppendixA-Page6 177 APPENDIX B MIAMIBEACH "No Bid" Form RFP 2015-126-LR TELECOMMU N ICATION AU DIT SERVICES PROCU REMENT DEPARTMENT,l700 Convention Center Drive Miomi Beoch, Florido 33,l39 178 WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR |ND|CATED BELOW: _ Workload does not allow us to proposal _lnsufficient time to respond _ Specifications unclear or too restrictive _ Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this producUservice _OTHER. (Please specify) Wedo_donot_ of this type product want to be retained on your mailing list for future proposals and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by may result in your company being PLEASE RETURN TO: CITY OF MIAMI BEACH PROCU REMENT DEPARTMENT ATTN: Lourdes Rodriguez PROPOSAL #2015-126-LR 1700 Convention Center Drive, 3'd Floor MIAMI BEACH, FL 33139 submitting a proposal or this completed form, removed from our vendors list. Miami Beach RFP 2015-126-LR AppendixB-Page'l 179 APPENDIX C MIAMIBEACH Minimum Requirements & Specificotions RFP 2015- I 26-LR TELECOMMU N ICATION AU DIT SERV!CES PROCU REMENT DEPARTMENT 1700 Convention Center Drive Miomi Beoch, Florido 33.l39 180 C1. Minimum Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements will be deemed non-responsive and will not be considered. . Proposer must have been in business for at least five (5) years providing similar services as described in this RFP by submitting a copy of their Business Tax Receipt.. Proposer must have a minimum of three (3) public sector clients in the last five (5) years of to whom it has completed work similar in scope to this project. Provide name, title, agency name, contract dates, email address and telephone number. C2. Statement of Work Required. The City is requesting proposals from qualified and experienced telecom auditing firms to perform a review of our telecommunication accounts. This audit shall identify billing errors-and other discrepancies-for cost recovery. The selected firm will also be required to identify various services that are redundant or no longer needed, e.g. unused phone lines, and to make recommendations to on how to rationalize our account and how to maximize the efficiency of the City's telecom system. Lastly, the proposer shall evaluate available telecom service providers and propose recommendations for service providers based on quality and cost. The proposer shall have no financial relationship with any recommended service providers, The City currently uses telecommunication services provided by AT&T-under the Master Agreement statewide contract lTT46- for phone lines, circuit lines, DSL connections, and pursuant to Request For Proposal (RFP) No. 11-10/11 for Wide Area Network (WAN) circuits that provide services to over 33 buildings and facilities throughout the City of Miami Beach. The City has approximately 1170 phone lines,65 circuit lines, and five (5) DSL connections. Currently, the City's average monthly cost for these services is $141,000. A telecommunications audit has not been performed in overthirteen (13)years, o The initial work to review all City telecom accounts and the preparation of said recommendations shall be at no cost to the City, Upon providing recommendations to the City, the City will then issue task orders for implementation of recommendations upon City review and approval. The City shall not be liable for any fees or expenses as a result of all work performed without a City approved task order. Proposer will be responsible for all labor and expenses in providing implementation of recommendations and communications with vendors. The selected proposer will audit, including but not limited to, the following types of services:. service order chargeso installation chargeso monthly access line charges o ffieSS?ge unit charges. toll charges. local exchange carrier's discount packageso operator surcharges and rates 181 . calling card surcharges and rates. 800 service charges. Data communication equipment. WATS chargeso incorrectly charged local directory assistance chargeso incorrectly charged State and Federal taxeso US3g0 Chargeso Data networks o long distance directory assistance chargeso incorrectly charged State and Federal taxes. all the tariff elements which make up monthly line chargeso maintenance associated with all elements that make up the monthly charges. 911 surcharges collections o PBXs Review recent billings from service and equipment providers to determine if the City is/was billed properly. Categories of network services to be considered shall include (but not limited to): switched voice services provided by local carriers and long distance companies, non-switched voice and data communication lines and circuits, maintenance services and leased and rented voice and data communications equipment. The methodology for conducting telecommunications billing audits should include the following summary steps:. Acquire and review all customer service records (CSRs) and other invoices to ensure their compliance with tariffs on file with appropriate State Public Utility/Service Commissionso Review all cunent monthly charges rendered by vendors and carriers to identify discrepancieso Review previously billed recurring and non-recurring charges rendered by the local regulated utilityo Conduct a physical inventory of all desired City sites specified in its agreement with the selected proposer to verify the validity of the billing of all voice and data facilities, such as leased telephone instruments, devices or ancillary equipment, telephone lines, private lines, data circuits and equipment, and leased equipment not in use The selected proposer shall: Determine the amount of any over-billing or under-billing and confirm that all erroneous charges are removed from future billing, Document and prepare the necessary evidence of claims, including any interest fees that may be applicable, Negotiate with the service provider for refunds and/or savings should funds be owed to the City. Verify accuracy of the amount of the refund. 182 Confirm errors are corrected in future billings Create and provide an inventory of network equipment and services. The inventory will be collected as a database and the database will be provided to the City at the end of each audit. Develop recommendations that incorporates cost savings, avoidance, or efficiencies that reduce the City's costs for telecommunications services going forward. C3 AdditionalWork Provide any additional related value added or additional services that the Proposer can offer the City. lnclude any associated costs or revenue sharing programs for each value added or additional service proposed. Miami Beach RFP 20'15-126-LR AppendixC-Page3 183 APPENDIX D b :MIAMIBEACH Revenue Proposol Form RFP 2015-r 26-LR TELECOMMU N ICATION AU DIT SERVICES PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miomi Beoch, Florido 33.I39 184 APPENDIX D REVENUE PROPOSAL FORM Proposer affirms that the Proposed Revenue Sharing Rates stated on the Revenue Proposal Form are inclusive of all costs borne by the Proposer relating to the scope of the prolect; and Proposer affirms that no claim will be made on account of any increase in research costs, wages, material prices, delivery delays, taxes, insurance, cost indexes or on any other account. The Revenue Proposal Form shall be completed mechanically or, if manually, in ink, Revenue Proposal Form completed in pencil shall be deemed non-responsive. All corrections on the Revenue Proposal Form shall be initialed. Cost Savings Realized by the City as a Result of Telecommunications Audit Cost Savings/Avoidance/Efficiencies Realized by the City as a Result of Recommendations for Future Efficiencies Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 185 APPENDlX E I nsuro nce Requirements RFP 2015-.l26-LR TELECOMMU N ICATION AU DIT SERVICES PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miomi Beoch, Florido 33,l39 186 b :MIAMIBEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. - 1, Workers' Compensation and Employe/s Liability per the Statutory limits of the state of Florida. -Z Comprehensive General Liability (occurrence form), limits of liability $ 1.000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual lndemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). - 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. -4. Excess Liability - $-.00 per occurrence to follow the primary coverages. - 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. _ 6. Other lnsurance as indicated: _ Builders Risk completed value $_,00_ Liquor Liability $_.00_ Fire Legal Liability $_.00_ Protection and lndemnity $_.00_ Employee Dishonesty Bond $_.00_ Other $_.00 _7. Thirty (30) days written cancellation notice required. _ L Best's guide rating B+:Vl or better, latest edition. _ 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. Miami Beach RFP 2015-126-LR AppendixF-Pagel 187 THIS PAGE INTENTIONALLY LEFT BLANK 188