Loading...
HomeMy WebLinkAboutR-97-0645J-97-576 8/28/97 RESOLUTION NO. 9 ~` - 645 A RESOLUTION APPROVING THE FINDINGS OF THE SELECTION COMMITTEE AS TO THE MOST QUALIFIED FIRM TO PROVIDE PROFESSIONAL SERVICES FOR THE INSTALLATION AND MAINTENANCE OF AN INTERACTIVE VOICE RESPONSE SYSTEM FOR THE DEPARTMENT OF BUILDING AND ZONING; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AN AGREEMENT WITH SAID FIRM WHICH IS FAIR, COMPETITIVE AND REASONABLE; DIRECTING THE CITY MANAGER TO PRESENT THE NEGOTIATED AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, TO THE CITY COMMISSION FOR ITS RATIFICATION AND APPROVAL. WHEREAS, the City of Miami issued a Request for Proposals (RFP No. 96-97-87) for the installation and maintenance of an Interactive Voice Response System for the Department of Building and Zoning on May 23, 1997; and WHEREAS, the Selection Committee evaluated the proposals received June 25, 1997, in response to said RFP and selected Selectron, Inc. as the most qualified firm to provide said services; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. -SEP 2 3 1997 BesoludmNo. 97. - 645 Section 2. The findings of the Selection Committee that Selectron Inc. is most qualified firm to provide services for the installation and maintenance of an Interactive Voice Response System for the Department of Building and Zoning is hereby approved. Section 3. The City Manager is hereby authorizedl/ to negotiate an agreement with said firm. In the event that the City Manager cannot negotiate an agreement which is fair, competitive and reasonable he is hereby authorized to terminate such negotiations and issue a new Request for Proposals1/. Section 4. The City Manager is hereby directed to present the negotiated agreement, in a form acceptable to the City Attorney, to the City Commission for its ratification and approval. Section 5. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 23rd ATTEST: WALTER J. EMAN CITY CLERK APPROVED AS TO FORN.! AND CORRECTNESS: A 7/ QUI 1T JONgS/ I I I CITY TORN W1832:BSS day of September , 1997. l� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. 2 - 97- 645 ® CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the Commission FROM: §p.ld and Marquez City Manager RECOMMENDATION • 13 DATE: AUG Z 6 FILE SUBJECT: Resolution Authorizing City Manager to Negotiate Agreement with the Selected REFERENCES :Firm to install an IVR System ENCLOSURES. It is respectfully recommended that the City Commission adopt the attached Resolution approving the findings of the Selection Committee as to the most qualified firm, to provide the installation and maintenance for an Interactive Voice Response (IVR) System for the Building and Zoning Department, and authorizing the City Manager to undertake negotiations with the most qualified firm. BACKGROUND The Building and Zoning Department has, for years, experienced a problem in providing adequate telephone service to the community and the construction industry. Many municipalities have found that an effective way of providing 24 hour service is by having an Interactive Voice Response System. The department receives over two hundred (200) requests for inspections per day, not to mention requests for inspection results, plans review results, Certificate of Use inspection, and a variety of other permitting questions by telephone and by walk-in customers. The IVR system will allow customers to receive most of these services by telephone, any time of the day or night, by simply entering a permit or plan number. This will give our clerical staff the time to properly answer other calls and meet the demand for service by the industry and the community which will improve service and reduce the number of complaints currently being received. A Request for Proposal (RFP) was issued, and the proposals submitted were evaluated by a Selection Committee. The committee selected Selectron, Inc. as the firm meeting our needs. The Request for Proposal specified in the Specifications/Scope of Work thaf the City envisions that all City departments will eventually utilize the IVR System but the initial application will be limited to the Building and Zoning Department. Selectron Inc. has installed many IVR Systems throughout the United States, in Washington, Oregon, California, Nevada, and Colorado. They provided fifteen (15) references listing municipalities currently using an IVR System similar in scope and services as we have requested. Some of the ones on the list are in the state of Florida, such as Lee County/Ft. Myers, Leon County, City of Tallahassee and City of Miami Beach. 97� 645 -. • • The Building and Zoning Department recommends that the City accept the findings of the Selection Committee and authorize the City Manager to enter into negotiations with the most qualified firm, and, to present the negotiated agreement to the City Commission for their ratification and approval. Attachment 2 91- 645 �t#� of �t�txrt� August 4, 1997 Edward Marquez, City Manager City of Miami 444 SW 2nd Ave, Suite 1000 Miami, Florida 33130 Mr. Marquez: As chairperson of the committee to evaluate responses and choose a systems integrator for RFP 96-97-87, an Integrated Voice Response System for the Building and Zoning Department, it is my responsibility to inform you that the committee has ranked each of the responders and has unanimously chosen SELECTRON based on the criteria outlined in the RFP. Sincerely, James E. Osteen, Jr. Committee Chairperson, RFP 96-97-87 DEPARTMENT OF INFORMATION TECHNOLOGY/444 S.W. 2nd Avenue, 5th Floor/Miami, FL 33130/(305) 416-1500 3 Mailing Address: P.O. Box 330708 Miami, Florida 33233-0708 9 7 + 645 RFP No. 96-97-087 TABULATION BY THE SELECTION COMMITTEE for the INTEGRATED VOICE RESPONSE SYSTEM (IVR) FOR THE DEPT. OF BUILDING AND ZONING RATER #1 RATER #2 RATER #3 RATER #4 RATER #5 TOTAL SCORES RANKING PROPOSERS Selectron, Inc. 7225 S.W. Bonita Road Portland, Oregon 97224 Non -local / Non -Minority 286 352 EPOS Corporation 391 Industry Drive Auburn, Alabama 36831-3140 Non -local / Non -Minority 189 267 IVS, Inc. 8030 Peters Road Suite D100 Ft. Lauderdale, Fla. 33324 Non-local/Non-Minority 187 313 Voice Express, Inc. Bank IV Center Suite 1701 Tulsa, Oklahoma 74119 Non-local/Non-Minority 227 337 APPROVED BY: Judy S. Carter &rctor/ChiefProcurement Officer I DATE: :z Prepared by Pamela Burns, 8/6/97 to 300 326 355 16% #1 261 155 212 1084 #4 248 157 181 1086 #3 277 170 270 1281 #2 IM RFP NO.96-97-87 SELECTION COMMITTEE RATERS FOR THE INTERACTIVE VOICE RESPONSE SYSTEM BUILDING AND ZONING DEPARTMENT RATER #1 RATER #4 Mr. James E. Osteen, Jr. Hector R. Lima City of Miami City of Miami Information Technology Dept. Building and Zoning Dept. RATER #2 RATER #5 Mr. Jerome Filer Mr. Orlando Gomez Registered Architect General Contractor/Owner Self -Employed Gomez Construction. RATER #3 Ms. Barbara Fernandez Systems Analyst Information Technology Department Metropolitan Dade County 97- 645 INTEGRATED VOICE RESPONSE SYSTEM (IVR) . RFP No. 96-97-087 NAMES OF PROPOSERS The following submitted a Proposal for the IVR System. FIRM #1 FIRM # 3 Selectron, Inc. IVS, Inc. 7225 S.W. Bonita Road 8030 Peters Road Portland, Oregon 97224 Suite D 100 Attn: David G. Fay Ft. Lauderdale, Fla. 33324 Telephone: (503) 639-9988 Attn: Bud Reininger Fax: (503) 684-4357 Telephone: (954) 452-0522, # 210 Fax: (954) 452-4439 FIRM # 2 FIRM # 4 EPOS Corporation Voice Express, Inc. P. O. Box 3140 Bank IV Center 391 Industry Drive Suite 1707 Auburn, Al 36831-3140 Tulsa, Oklahoma 74119 Attn: David K. Pritchett Attn: Michael Bouakadakis Telephone: (334) 826-7056 Telephone: (918) 583-8080 Fax: (334) 826-7285 Fax: (918) 587-1239 8 97- 645 EVALUATION CRITERIA Max.IPoints [INTEGRATED VOICE RESPONSE SYSTEM TOTAL POINTS: 80 FIRM #1 i FIR #2 -FIRM #3 1 FIRM *4 a. Numberof Lines (one of the following) 24 Lines 2 25 to 50 Lines 51 to 95 Lines 4 6 96 or more Lines 8 b. Support of multiple applications 5 C. Support multiple languages 5 Z) d. Fax capabilities 5 c-; e. Outdial Capabilities D C 7r 1. Procedure to place outbound calls to contact live operator 2 >< f 2. Procedure to detect busy & ring -no -answer condition in 2 addition to answering machine detect. o 3. Procedure to re -queue calls which receive a busy or ring no answer 3 cn I;f. Method for handling total system failure 5 !�g. Credit Card Interface capabilities 5 ji h. Multiple security level for the administrator and caller:enable 5 administrator to change/add/delete Ids and passwords. CD- 1A. Maximum number of phrases which each application can access ijj. Procedure of system utilized to comply with concept of 5 total fraud prevention. !k.. DMSll database 1. Features fully functional within the DMSII database environment 2. Provision to allow interfacing- 15 10 Subtotal: TOTAL POINTS: 60 !Ia. Consecutive years of Proposer in provision of IVR services indicate only one of the following) cr) 1. 5 years 2. 6 to 8 years 3. 9 to 11 years 4. More than 11 years b.- Provision of -an- WGiste— mto other municipalities of a similar type of Building and Zoning -type system. indicate only one of the following) 1 1. 3 municipalities of similar or larger size 2 8 10 2 2. 4-6 municipalities of similar or larger size i 6 3. More than 7 municipalities of similar or larger size 10 !Ic. Proposer's growth over the past three (3) years 10 j 1: d. Percentage of company dedicated to research & 10 development of IVR systems. !i e. Proposer's primary line of business, including % of 10 business derived from sale of IVR systems. 10 :J. Provision of consulting services, and Proposers available options for consulting services. ilSubtotal: i TOTAL POINTS: 60 4 Host programming required: indicate only one of the following) 1. Over 300 hours 2. 150-300 hours 5 7- 15 CL 3. Less than 150 hours 25 I b. Compatible software and hardware to interface with a Northern 1 Telecom Meridian SL1 option 21 telephone system. 10 C) C 1c. Capability of handling host downthost unavailable conditions j 5 !d. Development process for initial application 5 ;e. Project Management Plan outlining milestones," target 5 installation, and "system live" If. Process required to obtain call statistics reports & end -of -year reports. 5 7 1g. Backup procedures of proposed system, including downtime 5 estimates and proposed backup schedules iSubtotal: TOTAL POINTS: 60 a. Ability to provide training, and the quality and length of training 10 1 b. Ability and quality of provision of on -going maintenance services 5 1 c. Service hours and location(s) for provision of technical support 5 d. Response time for emergency and non -emergency technical 5 i t V i support requests Provision and types of diagnostic capabilities. 5 it. Standard Maintenance Agreement —Frequency 10 �R —E !—g. and policy of software revisions and upgrades j 5 ih. Hardware and software warranties 10 lj. Type and length of system support provided by Proposer 5 ISubtotal: Q I 6 ;Page 2 -continued. Evaluation of IVR system FIRM #1 FIRM #2 FIRM #3 FIRM #4 -_ I i TOTAL POINTS: 80 a. Total System Price for Mandatory Features and Services _ —( indicate only one of the following) 1. Less than $40,000 50 2. Between $40,001 - $60,000 40 o C., " 3. Between $60,001 - $75,000 30 '> !I 4. Between $75,001-$99,999 20 o C) 5. $100,000 or more 10 b. Expansion costs 10 c. Education Costs _ 5 'id. On -going service costs, incl. consultation fees & 15_ application development fees Subtotal: TOTAL POINTS: 40 j Indicate only 1 of the following. Any references verified must be i at least satisfactory in order to qualify for points — Ia. Provision of one (1) reference from a similar size 10 j - V c f municipality for similar services P tY I � f b. Provision of 2-3 references from a similar size municipality for 20 similar services — c. Provision of more than 3 references from similar size 40 i municipalities for similar services iSubtotat: _ I ij TOTAL POINTS: j 20 lia. Diversified workforce of Proposer j 5 _ - --- Il b. Plan by proposer to utilize minorities 5 _ i c. Possession and provision of Affirmative Action Policy 5 - lid. Certification by City as Minority or Female owned iSubtotal: 5 ------------ TOTAL NUMBER OF AVAILABLE POINTS 400 i FIRM RANKING i iEVALUATOR: DATE: I 10 97- 65