Loading...
HomeMy WebLinkAboutRequest for ProposalsANNIE PEREZ, CPPO DANIELJ. ALFONSO Procurement Director City Manager ADDENDUM NO. 3 DATE: April 28, 2015 TO: ALL PROSPECTIVE PROPOSERS SUBJECT: SOLICITATION NO.: RFQ 472340 TITLE: Agenda and Meeting Management System This Addendum becomes a part of the subject solicitation. The following are the inquiries received and the corresponding responses: 1. How many agenda management templates are required for the new service? Answer: Please refer to Attachment A, Agenda and Meeting Management System Requirements, Section 4, regarding the agenda management templates. The number of templates required would depend heavily on the proposed solution. If the templates are conditionally formatted based on the meeting body and the agenda item, and other variables, the requirement may be achieved by one template. The City should be able to use separate logo for meeting bodies, and agenda items to be numbered using different sequence with prefixes or no prefixes. The City is requesting flexibility in the template and associating templates to meeting bodies. Currently, the City uses the existing system for five meeting bodies and envision using the proposed system for the remaining boards, which may total 30. 2. a) How many end users and how many individuals will be trained on the Agenda Management System? b) Users. c) Administrators. d) Train the Trainers Answers: The number of individuals to be trained on the System are as follows: a) and b) End users/Users — 40; c) Administrators 4; and d) Train the Trainers - 6 3. How many audio / video files (approximate number of files and approximate average file size) will be transferred to the new Web Hosted site? Answer: No audio files will be transferred. Historically, since 2010, there are 172 video files and 160 GB. The files are both Windows Media and MP4 format. The City began using MP4 format as of approximately August, 2014. Windows Media files average 900 MB, MP4 files average approximately 2.5GB. 4. What file format(s) will the older files be delivered to the selected Proposer for the new Web Host site? Answer: WMV format. 5. Regarding the recording software, a) How many separate audio channels are required? b) How many separate video channels are required? Answers: a) There are eight (8) separate audio channels. b) There is one (1) separate video channel. 6. Regarding the audio sound system — what mixer/ server processor is used to provide the separate channels of audio to the recording software? Answer: All audio goes through a Lectrosonics AM16/12 Automatic Matrix Mixer. Please include in the proposal if any changes are being proposed. 7. Regarding the video systems, a) what is the brand and model number the video cameras? b) How is the video signal provided to the recording software? Answer: a) Panasonic AW E600 3/2 Pan Tilt Cameras. b) All video signals get routed through a VikinX V6464 Video Router. The City is currently working on updating the Panasonic Robotic Cameras. 8. Regarding the presentation technology, a) what is the format (VGA or HDMI). b) How is that specific video provided to the recording software? Answer: a) VGA. b) All video signals get routed through a VikinX V6464 Video Router. Please include in proposal any changes that are being proposed for the new solution. 9. If a Proposer has an existing standard software, will the City consider customizing the existing software to mirror the City's existing processes? Answer: Refer to Section 3.1 (B). Pursuant to this Section, the City reserves the right to purchase the software products separately or may contract with one vendor to provide a complete software solution that integrates the four components. All other information remains the same. APPROVED: A ez, CPPO, Director of Procurement Dat AP:Io c, Lydia Osborne, CPPO, Assistant Director of Procurement Shinymol Kondayil, IT Customer Service Manager eat, Pe Rzi4444 ADDENDUM NO. 2 April 22, 2015 REQUEST FOR PROPOSALS (RFP) NO.: 472340 AGENDA AND MEETING MANAGEMENT SYSTEM TO: ALL PROSPECTIVE PROPOSERS: This addendum becomes a part of the subject Request for Proposal (RFP). The following is an inquiry received and the corresponding response: 1. Is Appendix A available in Word or Excel? Answer: Yes. Appendix A, Agenda and Meeting management Requirements is attached as a word document. All other information remains the same. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. /i dia 63botne Lydia Osborne, CPPO, Assistant Director of Procurement City of Miami Procurement Department CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: All Prospective Proposers DATE: April 15, 2015 SUBJECT: Agenda and Meeting Management System FROM: Annie Perez, CPPO, Director REFERENCES: RFP No. 472340 Procurement Department ENCLOSURES: ADDENDUM NO. 1 This Addendum becomes a part of the subject solicitation. A. Please find attached the attendance sheet for the Pre -proposal Conference for the subject solicitation. B. The following are the inquiries received and the corresponding responses: 1. In Section 4.1.C, Proposed Approach and Methodology to Providing the Services, Question #14 asks for a projected time schedule assuming a September 1, 2015 implementation date. Is the implementation to begin on that date or to be completed by that date? Answer: The implementation date here refers to the start date, as we anticipate awarding a contract prior to September 1, 2015. 2. In Section 4.1, Submission Requirements, require that the signed RFP Certification Statement be included. Where can that document be found? Answer: The Certification Statement is located at the beginning (page 2) of the solicitation package. 3. Are Proposers required to have a local office in Miami or is the Local Office Certification form to be filled out only by vendors that do have a local office? Answer: Proposers are not required to have a local office to respond to this solicitation. If the Proposer has a local office however, the City of Miami Local Office Certification form needs to be completed. 4. Would the City of Miami allow the Proposer to separate the streaming from the agenda management piece, if the Proposer agrees to integrate into the City's selected agenda management provider? Answer: The City is seeking one vendor to provide a complete system. However, the City reserves the right to purchase the software products separately or may contract with one vendor to provide the complete solution that integrates the four components of the current system. All other information remains the same. APPROVED: Annie Piz; CPPO, Director AP:Ic c: Lydia Osborne, CPPO, Assistant Director of Procurement Shinymol Kondayil, IT Customer Service Manager Date ATTENDANCE SHEET RFP/RFQ NUMBER: RFP 472340 Agenda and Meeting Management System LOCATION: MRC, 444 SW 2nd Avenue, 6th Floor Large Conference Room PURPOSE: Pre -Proposal Conference DATE: 30-Mar-15 Completing this attendance sheet is optional. AM :COMPANY .:. Ai7 R S� PHON - Mom. Iyerza C) 5orne City Of Miami MRC 444 SW 2nd Avenue (305) 416-1907 Losborne(@,miamigov.com j 1 OC t 1 an`MoR CAy D' I0`!n l SD° ck AT112,6C0A bC (3bS) a5(z - S3 - ,ainno-A1 0;^• ly- .. 1 a altil, 6el- (O i, ` )c . -- (30F v/( /fS ° ,,,,,cia,,fri � iii,e0 j Boolet, 73/,?, .- i fit- i3cO/Z 5 , S_ S— 300 ( G 96(—?C7 " % ( ))(1/5-696 i S -Al6 Gr -Ca 0 WO (1,0 kl r'0 �� of 10/a,144 a 444-- 5u....! Zn01/VC 1*' ( 4/i - 2 % 0 co rG .4 6- ii , S1rr o C A r-1/1 - p vw lut t cvy, r ' - 1 T D , � (8 �� el Pt) 17o J c ti 0 ( ) ( ) ( ) ( ) ( ) ( ( ) ( ) ( ) Page of City of Miami Request for Proposals (RFP) Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.us/procurement RFP Number: 472340,3 Title: Request for Proposals for Agenda and Meeting Management System Issue Date/Time: 28-APR-2015 RFP Closing Date/Time: 04-MAY-2015 @ 14:00:00 Pre -Bid Conference: Voluntary Pre -Bid Date/Time: Monday, March 30, 2015 at 10:00 AM Pre -Bid Location: Miami Riverside Center (MRC), 444 SW 2 Avenue, l0th FL Large Conference Room, Miami, FL 33130 Deadline for Request for Clarification: Friday, April 24, 2015 at 5:00 PM Buyer: Osborne, Lydia Hard Copy Submittal Location: City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US Buyer E-Mail Address: Buyer Facsimile: LOsborne@miamigov.com Page 1 of 49 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In. the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principalowners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by allterms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: SUPPLIER NAME- ADDRESS PHONE: FAX° EMAIL: BEEPER° SIGNED BY: TITLE: DATE. FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM SHALL DISOUALIFY THIS BID. Page 2 of 49 Certifications Legal Name of Firm: Contact Name, Phone Number, Fax, and Email Address: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Occupational License Number: Occupational License Issuing Agency: Occupational License Expiration Date: Will Subcontractor(s) be used? (Yes or No) Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert N/A. If Proposer has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code, has Proposer filled out, notarized, and included with its RFP response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header/Notes and Attachments Sectionof this solicitation) Has Proposer reviewed the attached Sample Professional Services Agreement (PSA)? Page 3 of 49 Does Proposer acknowledge that the attached Sample PSA is an example of the standard Agreement used in conjunction with the services related to this solicitation, and shall not be amended? Page 4 of 49 Line: 1 Description: Disregard this line item. Please refer to Appendix B. Category: 20987-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 5 of 49 Request for Proposals (RFP) 472340,3 Table of Contents Terms and Conditions 7 1. General Conditions 7 1.1. GENERAL TERMS AND CONDITIONS 7 2. Special Conditions 27 2.1. PURPOSE 27 2.2. OBJECTIVE 27 2.3. VOLUNTARY PRE -PROPOSAL CONFERENCE 27 2.4. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 28 2.5. TERM OF CONTRACT 28 2.6. CONDITIONS FOR RENEWAL 28 2.7. MINIMUM QUALIFICATION REQUIREMENTS 28 2.8. PREFERRED QUALIFICATION REQUIREMENTS 29 2.9. NON -APPROPRIATION OF FUNDS 29 2.10. CONTRACT EXECUTION 29 2.11. FAILURE TO PERFORM 29 2.12. INSURANCE REQUIREMENTS 29 2.13. CONTRACT ADMINISTRATOR 32 2.14. SUBCONTRACTOR(S) OR SUBCONSULTANT(S) 32 2.15. COMPLETE PROJECT REQUIRED 33 2.16. PRIMARY CLIENT (FIRST PRIORITY) 33 2.17. TERMINATION 33 2.18. ADDITIONAL TERMS AND CONDITIONS 33 2.19. UNAUTHORIZED WORK 34 2.20. CHANGES/ALTERATIONS 34 2.21. METHOD OF PAYMENT 34 2.22, COMPENSATION PROPOSAL 34 2.23. ADDITIONS/DELETIONS OF ITEMS/PRODUCTS 34 2.24. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD 35 2.25. RECORDS 35 2.26. AMENDMENTS TO THE CONTRACT 36 2.27. TRUTH IN NEGOTIATION CERTIFICATE 36 3. Specifications 37 3.1. SCOPE OF WORK 37 4. Submission Requirements 42 4.1. SUBMISSION REQUIREMENTS 42 5. Evaluation Criteria 49 5.1. EVALUATION CRITERIA 49 Page 6 of 49 Request for Proposals (RFP) 472340,3 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remainthe property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its discretion, re -issue this formal solicitation. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.miami.fl.us/procurement 1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate response from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract, each party shall bear their own attorney's fees through and including appellate litigation and any post judgment Page 7 of 49 Request for Proposals (RFP) 472340,3 proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will voidits acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three docurnents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City depai tinents with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. Page 8 of 49 Request for Proposals (RFP) 472340,3 G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the City's best interests. Such agreement will be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand. 1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Perfoiivance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specifiedby the City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17. CITYNOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable Page 9 of 49 Request for Proposals (RFP) 472340,3 for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I. City Procurement Ordinance City Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. Lack of knowledge by the bidder/proposer willin no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Page 10 of 49 Request for Proposals (RFP) 472340,3 Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: oral communications with the City purchasing staff, provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or performhis/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any Page 11 of 49 Request for Proposals (RFP) 472340,3 board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing producing, or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the Bidder(s)/Proposer(s), 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actualor prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or, regulation and for which Page 12 of 49 Request for Proposals (RFP) 472340,3 the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said parry's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the constructionor repair of a public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs andcharges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on Page 13 of 49 Request for Proposals (RFP) 472340,3 this Contract. 1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure to comply with these requirements may deem a Response non -responsive. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT —Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS = Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES Page 14 of 49 Request for Proposals (RFP) 472340,3 A.Rejection of Responses The City may reject a Response for any of the following reasons: 1) Bidder/Proposer fails to acknowledge receipt of addenda; 2) Bidder/Proposer mistates or conceals any material fact in the Response ; 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance, C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Response and shall reference the section, Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. Page 15 of 49 Request for Proposals (RFP) 472340,3 1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed or supplied over a period of time. 1.38. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January lst. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. 'If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. 1.39. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. 1.40. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (11:HI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; C. Reporting to the City of Miami of any non-permitteduse or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; E. Making Protected Health Information (PHI) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PHI available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. Page 16 of 49 Request for Proposals (RFP) 472340,3 PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentionalwrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permittedwork, even if it is alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by 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 indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity willsurvive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06 and/or §725.08, Fla. Statues, as amended from time to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.43. FORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.44. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be providedby the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18.79), as same may be amended or supplemented from time to time. 1.45. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation will not be made available until such time as the City provides notice of a decision or intended decision or within 30 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via Page 17 of 49 Request for Proposals (RFP) 472340,3 fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Web Site following recommendation for award. 1.46. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in. this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any insurance requirements shall be ditected to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. 1.47. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.48. LOCAL PREFERENCE A. City Code Section 18-85;' states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen. percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best andfinal bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.49. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the bidder/proposer must bear full liability. 1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through Page 18 of 49 Request for Proposals (RFP) 472340,3 the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet as appropriate. 1.51. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. 1.52. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These nonconforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.53. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, maritalstatus or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.55. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article 1 of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements, A copy of the license must be submitted with the response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.56. ONE PROPOSAL Only one (1) Response from an individual, firm, partnership, corporation or joint venture Page 19 of 49 Request for Proposals (REP) 472340,3 will be considered in response to this Formal Solicitation. When submitting an alternate response, please refer to the herein condition for "Alternate Responses May Be Considered". 1.57. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 1.59. PERFORMANCE/PAYMENT BOND —A Contractor may required to furnish a Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F,0.B. Miami delivery inside City premises unless otherwise specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shallbe entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion. G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY Page 20 of 49 Request for Proposals (RFP) 472340,3 OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.61. PRICE ADJUSTMENTS —. Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1.62. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 1.64. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitledto a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the periodcommencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers during the term of the contract. 1.65. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.67. PUBLIC ENTITY CRIMES - 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 response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses 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 Section Page 21 of 49 Request for Proposals (RFP) 472340,3 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.68. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records". Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.69. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shallbe new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.70. QUALITY OF WORK/SERVICES . The work/services performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.71. REMEDIES PRIOR TO AWARD (See. 18-106) - If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; providedthat, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a writtenreport stating the reasons for the action taken by the City Commission or the City Manager which shall be finaland conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.73. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection withthe solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Page 22 of 49 Request for Proposals (RFP) 472340,3 Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f), This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shallnot be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for :Cling. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. Page 23 of 49 Request for Proposals (RFP) 472340,3 (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such patty's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.74.SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.76. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.77. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. 1.78. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP, Page 24 of 49 Request for Proposals (RFP) 472340,3 RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Directions to City Hall: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US1. US 1 SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO, BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR, CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM THE SOUTH: US1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F. All responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1.82.A. 1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or. Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer. 1.80. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. Page 25 of 49 Request for Proposals (RFP) 472340,3 B. The City has determined that such termination will be in the best interest of the City to terminate the contract for its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.81. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law. 1.82. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on their. Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.83. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Response contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim. 1.85. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 1.86. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission. 1.87. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 26 of 49 Request for Proposals (RFP) 472340,3 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for an Agenda and Meeting Management System, as specified herein, from a source(s) of supply that will give prompt and efficient service fully compliant with the terms, conditions and stipulations of the solicitation. 2.2. OBJECTIVE The goal of this Request for Proposal (RFP) is to provide the City with technology to streamline aspects of public meeting preparation and management. The system should include an automated process to create, track, modify, monitor, approve and archive all agenda items (legislative and non -legislative) produced by the City's administration for various meeting bodies for specific meeting dates and times. These can include but are not limited to resolutions, ordinances, discussion items, and reports of both primary legislative body (e.g. City Commission), secondary legislative bodies (e.g, CRA), quasi-judicial bodies and other City agencies and boards; The City is looking for a fully integrated solution which provides the following: a) Management of legislative items, agendas, and minutes of meetings of City Commission and various other Meeting Bodies of the City; b) Web Streaming of Public Meetings (to include a separate audio only recording device); c) Management and compliance tracking of members in various Boards, Agencies, and Committees. The proposed solution shall: a) Be an expandable, mobile enabled, modular design to readily incorporate additional enhancements in the future; b) Be configurable with no need for costly customization; c) Be developed, tested and maintained using a high -quality software development methodology for long-term reliability and technical efficiency; d) Offer data integrity in a secure, redundant, always available system with business continuity, disaster recovery, data -backup and restore, archive retention and disposal practices. Proposers may present a single system that provides for each of the three components listed above or form a partnership or joint venture with other Proposers to provide a fully integrated system. 2.3. VOLUNTARY PRE -PROPOSAL CONFERENCE A Voluntary pre -proposal conference will be held on Monday, March 30, 2015 at 10:00 AM, at Miami Riverside Center (MRC), 444 SW 2 Avenue, loth FL Large Conference Room, Miami, FL 33130. A discussion of the requirements of the solicitation will occur at that time. Each potential Proposer is required, prior to submitting a Proposal, to acquaint itself thoroughly with any and all conditions and/or requirements that may in any manner affect the work to be performed. All questions and answers adversely affecting the scope of work/specifications of the RFP will be included in an addendum following the conference to allthe attendees. Because the City considers the conference to be critical to understanding the solicitation requirements, attendance is highly recommended Page 27 of 49 Request for Proposals (RFP) 472340,3 2.4. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Purchasing Department, Attn: Lydia Osborne, PhD, CPPO, CPPB; fax: (305) 400-5025 or email: losbome@miamigov.com. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Friday, April 24, 2015 at 5:00 PM. All responses to questions will be sent to all prospective bidders/proposers in the form on an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.5. TERM OF CONTRACT The proposer(s) qualified to provide the service(s) requested herein (the "Selected Proposer(s)") shall be required to execute a contract ("Contract") with the City, which shall include, but not be limited to, the following terms: (1) The term of the Contract(s) shall be for five (5) years with an option to renew for two (2) additional five (5) year periods. (2) The City shall have the option to extend or terminate the Contract. Continuation of the contract beyond the initial period is a City prerogative; not a right of the proposer. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.6. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: (1) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. (2) Availability of funds 2.7. MINIMUM QUALIFICATION REQUIREMENTS Each firm interested in responding to this Request for Proposals must provide the information on the firm's qualifications and experience, qualifications of the project team, Project Manager's experience, and previous similar projects. Additionally, Proposer must: (1) be an established firm for a minimum of five (5) years, and Proposer, or its owner(s) and/or principal(s), must have a minimum of five (5) years, related experience; (2) the individual proposed as the Project Manager must have a minimum of five (5) years experience in providing the type of services list herein, and have successfully completed projects of similar scope and size, while serving as project manager on similar projects on a minimum of three (3) previous occasions. Page 28 of 49 Request for Proposals (RFP) 472340,3 Refer to "Instructions for Submitting a Response: (Section 4.1., Submission Requirements)." Submittals that do not respond completely to all requirements may be considered non -responsive and eliminated from the process. 2.8. PREFERRED QUALIFICATION REQUIREMENTS a) The Proposer's project team should have at least five (5) years of recent experience in successful implementation of system of a similar scope and size. b) Proposer should have a proven track record in producing quality in software development and customer service. c) Proposer should have at least five (5) years experience assisting clients with transitioning from a different software system. 2.9. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any project(s) will be awarded to any firm(s). 2.10. CONTRACT EXECUTION The selected Proposer(s) evaluated and ranked in accordance with the requirements of this Solicitation, shall be awarded an opportunity to negotiate a contract ("Contract") with the City. The City reserves the right to execute or not execute, as applicable a Contract with the selected Proposer(s) that is determined to be most advantageous and in the City's best interest. Such Contract will be furnished by the City, will contain certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City Attorney. 2.11. FAILURE TO PERFORM Should it not be possible to reach the selected Proposer or selected Proposer's Project Manager and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare selected Proposer in default of the contract or make appropriate reductions in the contract payment. 2.12. INSURANCE REQUIREMENTS INDEMNIFICATION Selected Proposer shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of selected Proposer's performance under the provisions of the contract, including all acts or omissions to act on the part of selected Proposer, including any person performing under this Contract for or on selected Proposer's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract, unless Page 29 of 49 Request for Proposals (RFP) 472340,3 attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claim, or the investigation thereof. The selected Proposer shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) ofinsurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below:. I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $ 2,000,000 Personal and Adv. Injury $ 1,000,000 Products/Completed Operations $ 1,000,000 B. Endorsements Required City of Miami listed as additional insured Primary Insurance Clause Endorsement Contingent & Contractual Liability Premises and Operations Liability II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 B. Endorseents Required Cty of Miami listed as an additional insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Employer's Liability Page 30 of 49 Request for Proposals (RFP) 472340,3 A. Limits of Liability $100,000 for bodily injury caused by an accident, each accident $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit IV. Errors and Omissions Coverage (if applicable) Combined Single Limit Each Claim $1,000,000 General. Aggregate Limit $1,000,000 Retro Date Included V. Umbrella liability (Excess Follow Form) A. Limits of Liability Each Occurrence $1,000,000 Policy Aggregate $1,000,000 City of Miami listed as an additional insured The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance to policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the selected Proposer. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A-" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written Page 31 of 49 Request for Proposals (RFP) 472340,3 advance notice to the certificate holder. NOTE: CITY RFP NUMBER AND/OR TITLE OF RFP MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the selected Proposer of his liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the selected Proposer shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the RFP. (5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the selected Proposer in conjunction with the General and Special Terms and Conditions of the RFP. The selected Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the selected Proposer. 2.13. CONTRACT ADMINISTRATOR Upon award, contractor shall report and work directly with Shiny Antony Kondayil, IT Customer Service Manager, who shall be designated as the Contract Administrator. 2.14. SUBCONTRACTOR(S) OR SUBCONSULTANT(S) A sub -Consultant, herein known as sub-Contractor(s) is an individual or firm contracted by the selected Proposer's firm to assist in the performance of services required under this Solicitation. A Sub -Contractor shall be paid through selected Proposer's firm and not paid directly by the City. Sub -Contractors are allowed by the City in the performance of the services delineated within this Solicitation. Proposer must clearly reflect in its Proposal the major. Sub -Contractors to be utilized in the performance of required services. The City retains the right to accept or reject any Sub -Contractors proposed in the response of selected Proposer or prior to contract execution. Any and all liabilities regarding the use of a sub -contractor shall be borne solely by the selected Proposer and insurance for each sub -contractor must be maintainedin good standing and approved by the City throughout the duration of the Contract. Neither selected Proposer nor any of its sub -contractors are considered to be employees or agents of the City. Failure to list all sub -contractors andprovide the required information may disqualify any proposed sub -contractors from performing work under this Solicitation. Proposers shall include in their responses the requested sub -contractor information and include all relevant information required of the Proposer. In addition, within five (5) working days after the identification of the award to the selected Proposer, the selected Proposer shall Page 32 of 49 Request for Proposals (RFP) 472340,3 provide a list confirming the sub -contractors that the selected Proposer intends to utilize in the Contract, if applicable. The list shall include, at a minimum, the name, location of the place of business for each sub -contractor, the services sub -contractor will provide relative to any contract that may result from this Solicitation, any applicable licenses, references, ownership, and other information required of selected Proposer 2.15. COMPLETE PROJECT REQUIRED These specifications describe the various items or classes of work required, enumerating or defining the extent of same necessary, but failure to list any item or classes under scope of the several sections shall not relieve the contractor from furnishing, installing or performing such work where required by any part of these specifications, or necessary to the satisfactory completion of the project. 2.16. PRIMARY CLIENT (FIRST PRIORITY) The selected proposer(s) agree upon award of this contract that the City of Miami shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract selected proposer(s) may have with any other cities and/or counties to perform similar services as a result of any catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency impacting various areas during or approximately the same time. 2.17. TERMINATION A. FOR DEFAULT If selected Proposer defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the selected Proposer shall be liable for damages including the. excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the selected Proposer was not in default or (2) the selected Proposer's failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Miami the selected Proposer will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.18. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in Page 33 of 49 Request for Proposals (RFP) 472340,3 transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. If a Professional Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this solicitation, no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the PSA or Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or Agreement. 2.19. UNAUTHORIZED WORK The Successful Proposer(s) shall not begin work until a Purchase Order is received. 2.20. CHANGES/ALTERATIONS Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however, no oral modifications will be allowed. Written modifications shall not be allowed following the proposal deadline. 2.21. METHOD OF PAYMENT All payments are contingent upon completion of the required services. Completion shall be measured as fulfillment of all services required, including submission to an acceptance by the City of any deliverables, unless otherwise negotiated. 2.22.. COMPENSATION PROPOSAL Each Proposer shall detail, on Appendix B, Price Proposal. Schedule, located in the Header Section of this RFP, any and all fees and costs to provide the required services as listed herein. Proposer shall additionally provide a detailed list of all costs to provide all services as detailed in Section 3.0 Specifications/Scope of Work, as proposed. The City reserves the right to add or delete any service, at any time. Should the City determine to add an additional service for which pricing was not previously secured, the City shall seek the selected Proposer to provide reasonable cost(s) for same. Should the City determine the pricing unreasonable, the City reserves the right to negotiate cost(s) or seek another vendor for the provision of said service(s). Failure to submit compensation proposal as required shall disqualify Proposer from consideration. 2.23. ADDITIONS/DELETIONS OF ITEMS/PRODUCTS Although this Solicitation identifies specific items/products to be serviced, it is hereby agreed and understood that any item/products may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, the successful Proposer(s) under this contract shall be invited to submit price quotes for these new services/items/products. If these quotes are comparable with market prices offered for similar services/items/products, they shall be added to the contract whichever is in the best interest of the City and an addendum and a separate purchase order shall be issued by the City. Page 34 of 49 Request for Proposals (RFP) 472340,3 2.24. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD The procedure for response evaluation, selection and award is as follows: (1) (2) (3) Solicitation issued. Receipt of responses. Opening and listing of all responses received. (4) Procurement staff will review each submission for compliance with the submission requirements of the Solicitation, including verifying that each submission includes all documents required. (5) An Evaluation Committee, appointed by the City Manager, comprised of appropriate City Staff and members of the community, as deemed necessary withthe appropriate technical expertise and/or knowledge, shall meet to evaluate each response in accordance with the requirements of this Solicitation and based upon the evaluation criteria as specified herein. (6) The Evaluation Committee reserves the right, in its sole discretion, to request Proposers to make oral presentations before the Committee as part of the evaluation process. The presentation may be scheduled at the convenience of the Evaluation Committee and shall be recorded. (7) The Evaluation Committee reserves the right to rank the Proposals and shall submit its recommendation to the City Manager for acceptance. If the City Manager accepts the Committee's recommendation, the City Manager's recommendation for award of contract will be posted on the City of Miami Purchasing Department website, in the Supplier Comer, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Proposer must contact the buyer for that solicitation to obtain the suppliers name. The City Manager shall make his recommendation to the City Commission requesting the authorization to negotiate and/or execute an agreement with the recommended Proposer(s). No Proposer(s) shall have any rights against the City arising from such negotiations or termination thereof. (8) The City Manager reserves the right to reject the Committee's recommendation, and instruct the Committee to re-evaluate and make another recommendation, reject all proposals, or recommendthat the City Commission reject all proposals. (9) The City Commission shall consider the City Manager's and Evaluation Committees' recommendation(s) and, if appropriate and required, approve the City Manager's recommendation(s). The City Commission may also reject any or all response. (10) If the City Commission approves the recommendations, the City will enter into negotiations with the selected Proposer(s) for a contract for the required services. Such negotiations may result in contracts, as deemed appropriate by the City Manager. (11) The City Commission shall review and approve the negotiated Contract with the selected Proposer(s). 2.25. RECORDS During the contract period, and for a least five (5) subsequent years thereafter, Selected Proposer shall provide City access to all files and records maintained on the City's behalf. Page 35 of 49 Request for Proposals (RFP) 472340,3 2.26. AMENDMENTS TO THE CONTRACT No modification, amendment, or alteration in the terms and conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this contract and executedby the City Manager, Director, or designee. 2.27. TRUTH IN NEGOTIATION CERTIFICATE Execution of the resulting agreement by the selected Proposer shall act as the execution of truth -in -negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of the resulting Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which City determines the contract price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such contract adjustments•. shall be made within one (1) year following the end of the Agreement. Page 36 of 49 Request for Proposals (RFP) 472340,3 3. Specifications 3.1. SCOPE OF WORK A. BACKGROUND The City currently uses four separate systems to provide video streaming, multichannel audio recording and public meeting agenda and minutes preparation of legislative items produced by the City's administration, and management and compliance tracking of various board members. The functionalities of the current systems are as follows: 1) Legistar (the Legislative Document Management System) is used for agenda and minutes preparation for City Commission and various boards in the City. The agenda consists of a number of legislative items (resolutions, ordinances, discussion items, reports, and hearing items). Each legislative item can be uniquely identified by a file identification number, and eachadopted legislative item can be uniquely identified using an enactment number. The system can provide certified copies of approved legislative items. 2) For the Record Limited (FTR), (an audio -recording software), enables capture of audio recording using various channels, while delivering features such as confidence monitoring and simultaneous archiving and backup. The software combines multiple microphone sources into a single file that is instantly replicated to another storage location for safekeeping. This system is used for transcribing verbatim or summary minutes for Commission and various other boards. 3) Granicus (a video recording software) enables the live and on demand video streaming of City Commission Meetings. 4) People and Office Management System (POMS), a homegrown system enables the management of meeting body memberships, attendance, various compliances of board members, reporting, public notices of meetings, and various types of letters/notifications to board members. The systems are used by various departments throughout the City which include: Offices of Elected Officials, Agenda Office, Law Department, City Clerk's Office, Planning and Zoning, Civil Service Board, Civilian Investigative Panel, Community Redevelopment Agency, Communication, Information Technology, and other City Departments. B. SCOPE OF SERVICES The City is seeking one vendor to provide a complete System that will replace all of the four software components that comprise the current City Clerk Suite system (Legistar, VTR, Granicus, and POMS). The City reserves the right to purchase the software products separately or may contract with one vendor to provide a complete software solution that integrates the four components. If the proposal requires the use of sub -contractors, partners, and/or third -party services, the Proposer must clearly state this inthe proposal. The selected Proposer shall have primary project and service liability for all products and services which shall collectively meet the requirements herein. The selected Proposer shall remain solely responsible for the performance of the System, including work of firm's subcontractors. If the Proposer is a reseller, the City reserves the right to require separate maintenance agreements with each supplier, to ensure that the City has continuity in the event the Proposers relationship with a supplier is severed. Page 37 of 49 Request for Proposals (RFP) 472340,3 3.2 SYSTEM REOUIREMENTS The requirements of the System are presented in Appendix A, located in the Header Section of this RFP, titled Agenda, Meeting and Boards Management System Requirements. The requirements are divided into fourteen sections: 1. General Requirements and Support; 2. Agenda Items/Legislative Files; 3. Agenda Items Approval Work Flow; 4. Agenda Management; 5. Minutes Management; 6. Reports Requirements; 7. Meeting Management Audio Recording; 8. Roll Call and Voting Management; 9. Web Streaming of Public Meetings Requirements; 10. Boards, Agencies and Committees Management System; 11. Integration with ERMS (Laserfiche); 12. Documentation; 13. Security; and 14. Administrative Support. Note: The Proposer shall return Appendix A, completed, following the instructions as specified in the Introduction Section of the attachment. In addition, the System shall: 1) Streamline the preparation of the agenda, manage the ongoing process of moving items to appropriate later dates, as well as create and make available on the web an electronic agenda package with all meetings -related ordinances, resolutions, motions, reports, etc. 2) Manage the legislative item from creation, routing, approaval, meeting submission for signature and eventual web access after passage at the meeting. 3) Make public meeting information more accessible, transparent, and provide cost savings to the City by reducing the use of paper and streamlining the document and agenda creation process. 4) Provide the public with full information about upcoming meetings, show video of the meetings and of votes taken and manage the meetings live. ) Provide a searchable archive to meetings, video, votes and related documents as discussed and/or approved. Page 38 of 49 Request for Proposals (RFP) 472340,3 6) If the proposed application is a Software as a Service (SaaS): • The application must be hosted in a SOC 2 Type II compliance facility; • The minimum network bandwidth must be 100Mbps; • The data must be encrypted in transit to and from the service provider; • The application must be physically hosted in USA, east coast is preferred; • The application should have a secure API/Web service to pull and push data; • The application architecture must be resilient and be able to auto -scale; • The application must provide data integrity 3.3 TECHNICAL REOUIREMENTS The System must be able to work within the City's current network environment and existing computers/devices. It should also be American Disability Act compliant. The Proposer must have the capacity to implement and support the system including planning, training and documentation. The system should meet the City's Web Design Standards. The City's current computing environment consists of: 1) Internet Connection:100 Mbps download and 100 Mbps upload; 2) Wide -Area network with more than 2000 active end users/devices; 3) There may be at least 50-100 concurrent users; 4) Microsoft Active Directory; 5) Operating Systems: Windows, Android and iOS; 6) Web Browsers: Internet Explorer, Opera, Firefox and Safari; 7) Devices: Workstations, Tablets, and Mobile Devices The City expects that the proposed System shall interface or integrate with the following systems: 1) Laserfiche 2) Microsoft Office 365 3) Geographic Information System (GIS) The video streaming system must support: a) Stream live to Mobile/HTML5; b) Flash for Non HTMLS compliant browsers; c) At least 500 Simultaneous Live Viewers (SLV); d) Unlimited Storage; e) Audio only channel; f) Broadcast LIVE in HD; g) Broadcast on Facebook; h) Custom. Player Watermarks; Page 39 of 49 Request for Proposals (RFP) 472340,3 i) Closed captions; j) Stream Live to Roku; k) Channel Subscriptions; 1) Section 508 (ADA) compliant; m) Responsive design; and n) Must have the ability to be embedded on web pages. 3.4 MAINTENANCE SERVICES The selected Proposer shall provide all maintenance services for the proposed System throughout the term of the contract, including any extensions, or optional renewal periods. At a minimum, maintenance services shallinclude updates and upgrades to the System to maintain compatibility with future City hardware and software infrastructure. Upgrades should be provided at no additional cost to the City. Maintenance services on the software component shall include corrections of any substantial defects, fixes of any minor bugs, and fixes due to any conflicts with mandatory operating system security patches as well as upgrades to new version releases. All environments, production and non -production, including testing and staging, shall also be covered under Maintenance services. 3.5 TECHNICAL SUPPORT SERVICES The selected Proposer shall be responsible for providing technical support services to ensure optimal performance of the proposed System. The City's escalation process is outlined below: Severity Definition Response Time Resolution Time Status Frequency Update 1= Very Critical Commission meeting is in progress. A module that is required for the meeting management is non -responsive. 15 minutes 1 hour 15 minutes 2=Critical A major component of the System is in a non -responsive state and severely affects the productivity or operations. lhour 4 hours lhour 3=Urgent Any component of the System failure or loss of functionality not covered in Severity 1 above, which is hindering operations, such as, but not limited to: excessively slow response time, functionality degradation; error messages; backup problems, or issues affecting the use of a module or the data. 2 hours 8 hours 2 hours 4=Important Lesser issues, questions, or items that minimally impact the work flow. 4 hours 72 hours 4 hours 5=Minor Issues, questions or items that don't affect the work flow. Issues that can easily be scheduled such as an upgrade or patch. 24 hours One month for an acceptable fix, until final resolution Weekly status call Page 40 of 49 Request for Proposals (RFP) 472340,3 The selected Proposer should make on -site support available to address very critical, critical and urgent issues (see above table). 3.6 TRAINING SERVICES Training is considered an essential element of this project. On -site training shall be required for all users that will utilize the system. The selected Proposer shall provide on -site training on the proposed System for a minimum of 50 users. The training sessions should cover the various user groups, which will be grouped as follows: a) users who search for legislative items; b) users who create and or modify items; c) users who create agendas; and users who create minutes. Training will be required so that all departments listed in Section 3.1 understand the vital functionalities of the System. The duration of the training required for each user group may depend on the complexity of the solution. In addition, a selected group of five person shall be provided with "Train the Trainer" training. The selected Proposer shall provide all necessary documentation of the proposed System, customized and configured for the City, in both hard copy and in an electronic format. 3.7 PROPOSED PRICE The Proposer shall provide a complete cost breakdown for system design, software, hardware, maintenance, training, system implementation, and any additional services required on the Appendix B, Price Proposal Schedule. The Proposer shall also list and describe in detail; 1) The projected maintenance costs involved in the proposed system. 2) The cost to train additional "basic" or "advanced" users in the future including descriptions and costs for documentation materials, consulting, installation, travel and per diem. 3) Pricing for optional items associated with the system. The Proposer shall provide the one-time costs for the proposed system for each of the five years in the initial five (5) year term, in addition to each of the five years in the two, five year option -to -renew periods. The Proposer shall include anticipated travel expenses, base and optional features, describing their functionality and benefits, as well as other issues that impact pricing. Estimate all cost areas and indicate where there could be variance from the presented price and the reasons for variance. Page 41 of 49 Request for Proposals (RFP) 472340,3 4. Submission Requirements 4.1. SUBMISSION REQUIREMENTS Proposers shall carefully follow the format and instruction outlined below, observing format requirements where indicated. Proposals should contain the information itemized below and in the order indicated. This information should be provided for the Proposer and any sub -consultants to be utilized for the work contemplated by this Solicitation. Proposals submitted which do not include the following items may be deemed non -responsive and may not be considered for contract award. ALL RESPONSES WILL BE SUBMITTED IN HARDCOPY FORMAT ONLY TO INCLUDE ONE ORIGINAL, SEVEN (7) COPIES, AND ,ONE ELECTRONIC COPY (CD OR FLASH DRIVE). NO ON-LINE SUBMITTALS WILL BE ACCEPTED. The responses to this solicitation shall be presented in the following format. Failure to do so may deem your Proposal non -responsive. The Proposer shall: a) Include the signed. RFP Certification Statement. b) Include in detail, evidence that clearly demonstrates Proposer meets the minimum qualification requirements, pursuant to Section 2.7. Proposer's Minimum Qualifications c) Cover Page The Cover Page should include the Proposer's name; Contact Person; Firm's Liaison for the Contract; Primary Office Location, Local Business Address, if applicable; Business Phone and Fax Numbers, if applicable Email addresses; Title of RFP; RFP Number; Federal Employer Identification Number or Social Security Number. d) Table of Contents The table of contents should outline, in sequential order, the major sections of the Proposal as listed below, including all other relevant documents requested for submission. All pages of the Proposal, including the enclosures, should be clearly and consecutively numbered and correspond to the table of contents. e) Proposer Information The Proposer shall complete the following requirements. The responses shall be written in sufficient detail to permit the City to conduct a meaningful evaluation of the proposed System. However, overly elaborate responses are not requested or desired. 4.1.A. Proposer's Experience and Past Performance 1. Describe the Proposer's past performance and experience within the past five (5) years, state the number of years that the Proposer has been in existence, the current number of employees, and what qualifies the Proposer to provide the City with an Agenda and Meetings Management System to manage the process of submitting, recording and approving legislation produced by the City's administration. 2. What is the Proposer's total number of installations of the proposed application/software product? What was the total installations in cities which are comparable to the City of Miami? Provide documentation that the Proposer Page 42 of 49 Request for Proposals (RFP) 472340,3 has at least five years experience assisting clients with transitioning from a different software. 3. Provide a detailed description of three (3) comparable contracts (similar in scope of services to those requested herein) which the Proposer has either ongoing or completed within the past five (5) years from the date of this solicitation. Two of these should be from a governmental entity. The description should identify for each project: i. client, ii. description of work, iii. dates covering the term of the contract, iv. client contact person and phone number, v. statement of whether Proposer was the prime contractor or subcontractor, and vi. the results of the project. Where possible, list and describe those projects performed for government clients or similar size private entities. 4. Provide information concerning any prior or pending litigation, either civil or criminal, involving a governmental agency or which may affect the performance of the services to be rendered herein, or ongoing maintenance or support if its product and services, in which the Proposer, any of its employees or subcontractors is or has been involved within the last three years. 4.1.B. Key Personnel and Subcontractors Performing Services 5. Provide an organization chart showing all key personnel, including the lead individual (Proposer's Project Manager), with titles, to be assigned to this project. This chart must clearly identify the Proposer's employees and those of the subcontractors or sub -consultants and shall include the roles and involvement levels and durations of the key personnel. All key personnel include all partners, managers, seniors and other professional staff that will perform work and/or services in this project. 6. Provide the experience and past performance of the key personnel (do not include lead individual) identified in the organization chart. Provide documentation that the individuals have at least five (5) years recent experience in successful implementation of system of a similar scope and size. 7. Identify the lead individual to be assigned to this project. Address relevant experience to this kind of work and to the specific work they will do for the City. Include the following: a. Specific examples of similar projects completed by the lead individual. b. Contact name, telephone number, and email address for each example cited. 8. Describe the experience, qualifications and other vital information, including relevant experience on previous similar projects, of all key personnel (excluding key individual), including those of subcontractors, who will be assigned to this project. 9. How many employees are involved in providing direct technical support for the proposed application software product? Page 43 of 49 Request for Proposals (RFP) 472340,3 10. List the names and addresses of all first tier subcontractors, if applicable, and describe the extent of work to be performedby each first tier subcontractor. Describe the experience, qualifications and other vital information, including relevant experience on previous similar projects, of the subcontractors who will be assigned to this project. 11. Provide resumes, if available with job descriptions and other detailed qualification information on all key personnel who will be assigned to this project, including any key personnel of subcontractors. Note: After proposal submission, but prior to the award of any contract issued as a result of this Solicitation, the Proposer has a continuing obligation to advise the City of any changes, intended or otherwise, to the key personnel identified in its proposal. 4.1.C. Proposed Approach and Methodology to Providing the Services 12. Give a detailed description of the System you are proposing. Include software modules and hardware/infrastructure required to operate the System. For each product module you are including in your proposal, provide a detailed description of its purpose, benefits andkey features. Illustrate the dependencies between modules. Additionally, please indicate wherever a module is required or optional. Explain why the proposed system best meets the needs of the City of Miami. 13. Describe Proposer's approach and work plan to efficiently and effectively perform the services described herein, Describe how Proposer has applied the proposed project approach in comparable contracts. Define your criteria to determine when installation is complete. 14. Provide Proposer's projected time schedule, identifying specific key tasks, deliverables and duration that comply with the requirement outlined in the Scope of Services. Describe Proposer's ability and readiness to begin providing services as requested herein, assuming a September 1, 2015 implementation date. Describe in detail what approach you propose for planning and training for this system. Propose an implementation schedule which you think is reasonable to achieve, including the process of systems integration you propose. Specifically: a) Provide a proposal schedule for planning, training and implementation steps. b) Describe what type of training and the number of people to be trainedthat is included in the initial installation. c) Describe the training available in the delivery of end user training as well as the documentation resources that are available with your system. d) Describe how you will schedule and provide for training of end users, technical staff, and system administrators including initial training, consultation, and follow-up training. e) Describe what types of additional training may be available as it relates to the System. 15. Describe Proposer's assurance that the key personnel, including the lead individual, described in its proposal shall be available to perform the services described herein, and that the Proposer has sufficient reserve personnel to adequately perform the services in the event of illness, accident, or other unforeseeable events of a similar nature. Describe Proposer's approach to ensure the availability of personnel at all times, including Proposer's contingency plan, if any. Page 44 of 49 Request for Proposals (RFP) 472340,3 16. Describe your maintenance procedures. Clearly outline how the software will be maintained, including bug fixes, feature and technology upgrades, and assimilation of state of the art technologies. What is included in the annual maintenance contract? 17. Describe how the implementation of your proposed System will impact the City and City's staff. Include in your response items such as the impact on workloads, increases/decreases in staffing, and changes to job descriptions/responsibilities. (City job positions and descriptions can be provided to prospective vendor upon request). 18. Describe your software and ongoing training support. Describe the extent and nature of software support services, including Web -based and telephone support and consulting support. How does your firm handle product upgrades? How are customer requested enhancements handled? Does the proposer have a telephone access number for technical phone support? What are the hours of support and location of support staff? What is the guaranteed response time for telephone support? Do you have the ability to provide direct remote support (dial up or internet)? What is your policy for the provision of on -site support? 19. Describe the details and duration of any manufacturer's warranty on proposed hardware and software in this system including how often your firm provides product updates. All software and hardware warranties should provide for the operability of the system. 20. What is your service commitment to customers and measurements used? Describe internal performance metrics used to quantify key customer support responsiveness, such as issues resolved on first call or average time to reach issue resolution. Do you maintain a client accessible Internet Knowledge Base of known issues and frequently asked questions? Explain your procedure for resolving customer problems. 21. Both system level and user documentation must be provided. List and describe the available documentation that is included in the proposal pricing in this RFP and the media on which it is published. 22. How often do you provide product updates? Include your firm's willingness and plan for keeping its products current. Current is defined as continuously adding or replacing products to take advantage of new technology and complying with emerging industry standards. Describe the process by which user input is incorporated into new product releases. 23. Describe your software licensing structure in detail. Do so for each product or module if they differ from one another. (Describe in details whether it will be an enterprise license, read/write licenses, full licenses, named or concurrent licenses, heavy/light user licenses, unlimited licenses, etc.) 24. Describe in detail all hardware and infrastructure required for the City to implement the proposed software system and provide a diagram of the recommended hardware configuration and minimum requirements. 25. Describe Proposer's expectation for the level of participation of the City during the project. Describe the level of the City staff expertise required to support the suggested hardware. If your firm is acting as a hardware reseller, describe the details and duration of any manufacturer's warranties on proposed hardware/device. Page 45 of 49 Request for Proposals (RFP) 472340,3 26. Identify any potential performance impact to the existing LAN/WAN and provide recommendations to minimize any performance impact, identify any potential performance impact on bandwidth and provide recommendations to minimize any performance impact. Identify any other system issues. List minimum client workstation requirements. 27. Are audited or otherwise verifiable financial statements available upon request? Any Proposer recommended for negotiations may be required to provide to the City: Its most recent certified business financial statements as of a date not earlier than the endof the Proposer's preceding official tax accounting period, together with a statement in writing, signed by a duly authorized representative, stating that the present financial condition is materially the same as that shown on the balance sheet and income statement submitted, or with an explanation for a material change in the financial condition. A copy of the most recent business income tax return will be accepted if certified financial statements are unavailable. 28. Provide a narrative discussing the proposed system's capabilities, and include the following points: 1) What are the primary benefits of your solution? 2) How have you made sure that your product is advancing?Describe improvements over time. 3) What are the primary restrictions of your technology? 4) Describe some of the user friendly features of the system that make it easy to learn and work with. 5) Describe how your solution meets the goals of transparency and citizen involvement. For documents that require exemption from public disclosure, describe how your solution meets this need. 6) Does the proposed solution provide standard Microsoft Windows functionality such as copy, cut and paste functionality, spell check, etc.? 7) Describe the techniques used for data entry in your solution. Are there any efficiencies built into the data entry system and if so what are they? How do you validate that agenda items have been entered properly? 8) How do you track the changes in legislations (We use strikethroughs to remove and underlines to mark changes in legislations; please refer to the footnotes in Legislations given in Appendix A)? How does this interfere with the MS word tracking of changes? 9) Describe how redaction of social security numbers, addresses, and other proprietary information can be achieved in your system. 10) Describe your system search functionality. 11) Describe how youdeal with templates or boiler plates. How do you customize these items? 12) Can your system generate PDFs? If so please describe. 13) How are approval levels implemented in your system; how is it automated? • Can a group of items be approved and if so how? • Can a user configure the process, and if so how? • How are approval overrides handled and tracked inyour system? 14) What encoding formats does your system support for video streaming? 15) What video players do you support? 16) What platforms for video do you support (iPad, Android, mobile, other)? Page 46 of 49 Request for Proposals (RFP) 472340,3 17) What is the process for configuring workflows in your system? • Are there default workflows? • What mechanisms does your system use to allow modifications to items that are currently in the approval cycle? • How are these items re-routed for final review? • What level of revision tracking functionality does the system provide? • What level of versioning functionality does the system provide? • How do you view change history of an agenda item and indicate the type of information available on change history? 18) How does your system support quality control processes in the creation and approval of agenda items and agenda documents? 19) How does your system provide enactment numbers? Describe in details how enactment numbers will be given to items that are acted upon by Commission multiple times. How will enactment numbers be given to items of other boards? Does it allow separate number sequence for various boards? Explain. them. 20) List all technologies/devices required for your application to rum. 21) Provide any other relevant technical information which you see as a benefit to the City in implementing your system. This could include, your systems performance standards, testing and acceptance, and differentiation from other systems available in the marketplace. 22) What is your capacity for live, and on -demand video streaming? How many simultaneous users can be served by your system? 23) What kind of content storage is available in your system? 24) How will your system handle business continuity, disaster recovery, and data backup and restore, archive retention and disposal practices? 25) If you are proposing a hosted system, please detail your system up time, the redundant data centers, and the ability of your system to integrate with other systems. 26) If you are proposing a SaaS system, please detail: • What is the uptime SLA (Service Level Agreement) provided? • Where the application is physically hosted? • Do you have a Disaster Recovery (DR) plan? • How often do you test that plan? • Where DR site is physically hosted? 27) Do you offer an iOS or Android app? If so, is any data stored on the mobile device? 28) Does the application provide a desktop client for data synchronization? If so, describe the type of data that is being synchronized. 29) Does the application require any software to run on any of the customer's enterprise servers? If so, describe the function of the software and the nature of its communication with your SaaS application. 30) Does the application support the automated import of identities (e.g. from Active Directory)? 31) Does the application support authentication filtering based on device and/or IP address? 32) Is all data encrypted in transit to and from the service provider? If only a subset is encrypted, describe the details of the delineation. 33) What kind of data can be obtained programmatically through an API? (Identity attributes data? User access/entitlements? etc.) Page 47 of 49 Request for Proposals (RFP) 472340,3 Page 48 of 49 Request for Proposals (RFP) 472340,3 5. Evaluation Criteria 5.L EVALUATION CRITERIA Evaluation Criteria Proposals will be evaluated and ranked by an Evaluation/Selection Committee which will evaluate and rank proposals on criteria listed below. The Evaluation/Selection Committee will be comprised of appropriate City personnel and members of the community, as deemed necessary, with the appropriate experience and/or knowledge, striving to ensure that the Evaluation/Selection Committee is balanced with regard to both ethnicity and gender. The criteria are itemized with their respective weights for a maximum total of one hundred (100) points per Evaluation/Selection Committee member. Technical and Price Criteria and Points 1. Proposer's relevant experience, qualifications, and past Performance (refer to Section 4.1.A); (30 Points) 2. Relevant experience and qualifications of key personnel, including key personnel of subcontractors, that will be assigned to this project, and experience and qualifications of subcontractors (refer to Section 4.1.B; (20 points) 3. Proposer's approach and methodology to providing the services requested in this Solicitation (refer to Section 4.1.C); (35 points) 4. Proposer's proposed price (refer to Section 4.1.D); (15 points) Page 49 of 49 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: (i.e. IFQ/IFB/RFPIRFQ/RFLI No. 123456) Solicitation Title: (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. 1 FORM -City of Miami Local Office Certification 7/22/2013 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: Does Bidder/Proposer conduct verifiable, full- time, on -site employment at the local office for a minimum of forty (40) hours per YES NO calendar week? If Bidder/Proposer's Local Office tenancy is pursuant to a lease, has Bidder/Proposer enclosed a copy of the lease? YES NO r N/A Has Bidder/Proposer enclosed a copy of the Business Tax Receipt (BTR) issued by the City of Miami and Miami -Dade County? City of Miami: L YES NO ❑ Exempt Cite Exemption: Miami -Dade County: ri YES NO Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the license, certificate of competency and certificate of use that authorizes the performance of Bidder/Proposer' s business operations? Y YES N NO Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Print Name (Bidder/Proposer Authorized Representative) Signature Date 2 FORM -City of Miami Local Office Certification 7/22/2013 STATE OF FLORIDA COUNTY OF Certified to and subscribed before me this day of , 20 , by (NOTARY SEAL) (Signature of Notary Public -State of Florida) (Name of Notary Typed, Printed, or Stamped) Personally Known OR Produced Identification Type of Identification Produced 3 FORM -City of Miami Local Office Certification 7/22/2013 City of Miami, Agenul r, and Meeting Management System Regniremeno RFP No. 472340 APPENDIX A: Agenda, and Meeting Management System REQUIREMENTS Agenda Office Law Department City Clerk's Office Planning & Zoning Civil Service Board Civilian Investigative Panel Community Redevelopment Agencies Communication Information Technology Department Page 1 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, AgentIz;"and Meeting Management System Requirems RFP No. 472340 TABLE OF CONTENTS DEFINITIONS 4 1 GENERAL REQUIREMENTS AND SUPPORT 5 2 AGENDA ITEMS / LEGISLATIVE FILES 12 3 AGENDA ITEMS APPROVAL WORKFLOW 19 4 AGENDA MANAGEMENT 21 5 MINUTES MANAGEMENT 28 6 REPORTS REQUIREMENTS 34 7 MEETING MANAGEMENT- AUDIO RECORDING 36 8 ROLL CALL AND VOTING MANAGEMENT 38 9 WEB STREAMING OF PUBLIC MEETINGS REQUIREMENTS 40 10 BOARDS, AGENCIES AND COMMITTEES MANAGEMENT SYSTEM 48 11 INTEGRATION WITH ERMS 54 12 DOCUMENTATION 55 13 SECURITY 57 14 ADMINISTRATION/SUPPORT 61 15 APPENDIX A -CURRENT ACTIONS FOR VARIOUS BOARDS 62 16 APPENDIX B- SAMPLE MASTER REPORT 64 17 APPENDIX C - SAMPLE MAYOR SIGNATURE REPORT 70 18 APPENDIX D: SIMPLE USE CASE - SUBMITTING AN AGENDA ITEM 72 19 APPENDIX E: SUMMARY SHEET AND FACT SHEETS 73 20 APPENDIX F: SAMPLE AGENDA 76 21 APPENDIX G: - SAMPLE HEARING NOTICE 97 Page 2 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requirements " RFP No. 472340 INTRODUCTION This document contains the requirements identified for the Agenda and Meeting Management System noted in RFP No. 472340. Legend: The Type column identifies the requirement as M- Mandatory, P- Preferred, and 0- Optional. Compliance needs to be completed with one (1) of three (3) possible values: C = Feature is currently provided by proposed system A = Feature will be added to the proposed system as part of this project N = Feature will not be made available in the proposed system Vendor Comment or Description MUST be completed for all items flagged with a Compliance type of "A Provide a brief (less than 125 words) narrative of how the proposed system will address the requirement. Vendor Comment or Description MAY be completed for all items flagged with a Compliance type of "C" or "N". Provide a brief (less than 125 words) narrative if desired. Page 3 of 97 Last Saved On. 3/19/2015 10:54:00 AM City of Miami, Agen it and Meeting Management System Requirem is RFP No. 472340 ONS Meeting Bodies City Commission and other Boards in the City that meet on scheduled dates are referred as meeting bodies. Legistar Legistar is the Legislative Document Management System currently used by the City of Miami for agenda and minutes preparation for City Commission and various boards in the City. The agenda consists of a number of legislative items (resolutions, ordinances and discussion items). Each legislative item can be uniquely identified by a File Id. Each adopted legislative item can be uniquely identified using an Enactment number. Laserfiche Laserfiche is the Electronic Records Management System currently used by the City of Miami. Meeting Types Code Meeting Types are Regular, Planning and Zoning, Special, Budget Hearing, Work Shop, Board Meeting, etc. Document Type Code Document Types are Agenda, Marked Agenda, Minutes, Legislation Reports, Legislative files Page 4 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenaa, and Meeting Management System Requirements RFP No. 472340 1 GENERAL REQUIREMENTS AND SUPPORT The system should provide the following: Req # Requirements Type Compliance Comments 1. General Requirements and Support 1.1, A system to manage the meeting agendas of City Commission, agencies, boards and committees. M 1.2. A system to manage the pre -approval of agenda items based on configurable predefined workflow rules. M 1.3. A system to manage meetings of City Commission, agencies, boards and committees. M 1.4. A system to manage the meeting minutes of City Commission, agencies, boards and committees. M 1.5. A system to manage the post -meeting processing of agenda items. This will include tracking of directives made by commissioners during commission meetings. This will also include tracking of transmittals made by city clerk or other officials. M 1.6. A system to record and archive audio of the meetings of City Commission and other boards M 1.7. A system to record, stream and archive video of meetings of City Commission, agencies, boards and committees. (See Section 9) M 1.8. A system to manage the electronic records such as documents, videos, audios, presentations, charts, plans, etc... of City of Miami on Windows platform and other industry standard platforms. M 1.9. A system to manage the various board appointments and compliances of Board members. See Section 10 for more details M 1.10. Create an index of agenda items distributed at meetings of City Commission and other boards M 1.11. Provide Context -sensitive help function. Provide tool tips for easy learning of the system M 1.12. Live and on -demand audio and video of meetings, linked to appropriate meeting M Page 5 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Regtcir /tents RFP No. 472340 agendas, minutes and legislative file(s). 1.13. Generate reports detailing statistics on internal usage of the application, especially the video streaming. P 1.14. Ability to integrate with Microsoft Exchange, Active Directory, other applications within MS framework and platform as well as open source platforms. M 1.15. Ability to set and configure required fields (mandatory fields) for legislative files and alert users and administrators when required fields are filled, ensuring business rules are adhered to. M 1.16. Provide a system dashboard and analytics P 1.17. Provide easily configurable custom look to match with City's websites. M 1.18. Interactive Calendar for past, upcoming and on demand (archived) events with the ability to filter by meeting bodies. M 1.19. Intuitive video player with bookmarks from minutes for meetings items M 1.20. Flexibility in the following: a. creating new user accounts, b. assigning groups and roles, c. removing users and groups, d. delegating users, and e. Setting up approval workflow. M 1.21. Import non -text -searchable PDFs as searchable PDFs. M 1.22. Track and report, deadlines for submission of Agenda items, publishing of meeting agenda, publishing of Meeting minutes and other similar deadlines for each of the meeting body. M 1.23. Automate agenda item review and approval processes. M 1.24. Provide methods for electronic signature/digital signature, its verification and other approval and notification process M 1.25. Ability to spell check agenda, minutes and the legislative files, attachments etc. and provide suggestions for correction similar to the spell check in Word. M 1.26. Ability to include accent words in legislative files, agenda, minutes etc. for Latin words. M Page 6 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Retiuirernents RFP No. 472340 1.27. Publish content into Microsoft Word [Office 2013, Windows 7, Windows 8) and PDF (version 9.0 and above documents, plain text documents, and formats manageable on tablets and other mobile devices. M 1.28. Ability to support flexible query capability for ad -hoc reporting based on user -defined criteria on SQL Reporting Service 2008 R2 and above, and/or similar industry standard services and competing products. M 1.29. The vendor shall collaborate with the City of Miami IT Department (ITD), Department of Communications and Office of the City Clerk, and other Departments in the City during each of the various phases of the project. M 1.30. The system shall provide the copy and paste capability to any word processing software similar to the copy and paste feature of MS word and Acrobat. M 1.31. The system shall have scalability for a potential expansion of up to 50%o in the number of City users of this system. M 1.32. Provide enterprise licenses (unlimited) M 1.33. The system should capture the server date and time for all time stamp records. M 1.34. The system shall provide users with clear and useful error messages from an error -handling module especially when the system is down. M 1.35, The system shall provide users with clear and useful warning, informational and notice messages when erroneous data is entered. M _ 1.36. The system shall provide both visual and audio notification of error messages with a user option to suppress the audio notification. An example of audio response is a "beep" sound. P 1.37. The system shall provide a pop-up calendar for selection of dates during data entry with ability to key -in the date. M 1.38. The project time schedule must allow at least two months for the City of Miami to test a full implementation through both complete visual inspection and random sampling techniques to assure a 100% M Page 7 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Require?rents RFP No. 472340 accurate integration before the City Accepts final product. For example, City tests will include verification of access to various documents and the associated video, at minimum, the following categories: a) Agenda Creation b) Meeting management c) Electronic Voting d) Minutes Preparation e) Post meeting management — Certification of legislation f) Meeting video time -stamp editing g) Agenda to the video records in the system, h) Marked Agenda to the video records in the system. i) Verbatim minutes to the video in the system. j) The access to the hyperlinks within the agenda/marked agenda/minutes documents 1.39. The system shall provide the ability to schedule various routine activities for automatic execution at specified and recurring dates and times. Examples of such activities will include (but not be limited to): (a) Database backup, (b) Database compression, For example, an authorized user in City of Miami must be able to schedule a series of administrative tasks, each of which can occur on any date and time with minimal/no interruption to the use of application during work hours. P 1.40. The vendor shall support User Acceptance Test on the final production environment with City of Miami production data in matching quantities (Complete agenda packet can be more than 3000 pages). (Formal system acceptance and sign -off would depend on the success of this test.) M 1.41. The vendor shall provide and execute a M Page 8 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requirthnents RFP No. 472340 accommodates separate environments for production, development, testing, disaster recovery and training. The configuration shall allow a particular system component to exist in two simultaneous (prefer three), secure versions: (a) a production version, (b) a revised version undergoing testing, and (c) a development version with the revision to the component undergoing active setup, table modification, or script development work by system or database administrators. The vendor's proposal shall include the provision of all software licenses required to make fully operational this multi -tiered environment. The training environment should be. able to access either the production environment software or the testing environment software. Training shall be conducted for new employees using the production software and training data. Pre -install of tested software may require the training environment to access pre -production software. 1.42. The system shall support local desktop printing as well as e-printing. M 1.43. The system shall support local desktop print to fax and print to file functions for reports and other printed output. P 1.44. The system may have an automated method for "print to email" for sending a file to a selected email address integrated with MS exchange and/or City's electronic mail solutions. M 1.45. The system shall provide the capability for what is normally called "auto -fill" for automatically completing data entry on select fields. The "auto -fill" capability shall be available for street addresses also. Ideally, each user should have the capability to individually activate/deactivate the "auto -fill" feature. P Page 9 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System RequirePrents RFP No. 472340 1.46. The system shall allow entry of non- Case sensitive search criteria. For example, to search for last name of "McDaniel" the user could enter "mcdaniel". M 1.47. The system shall have screens with a consistent look, object location, and navigation across modules. M 1.48. The application user interface must utilize standard 1024 x 768 screen resolution. The entire application window ("real estate") must be visible in one or more windows with minimal or no mouse movements or scrolling required to view the entire window. The font used should not be less than 11 point with ability to change the view settings. Also, provide users the ability to change the text size. M 1.49. The system shall provide unique identification numbers for each video document. M 1.50. The system shall provide the capability to capture, a minimum of following dates: a) The original date of uploading the video and document b) The effective date of last update to record c) The system transaction date when a record is added or changed. M 1.51. Provide unlimited bandwidth for streaming archived content from external vendor site. M 1.52. Provide method for automatic shifting of user access from in-house storage to external vendor site storage based upon traffic volume or type of user (i.e. internal staff vs. citizen) P 1.53. Ability to stream live content from internal source for City staff viewing on City's Intranet P Ability to stream archived content from internal source for City staff viewing on City's Intranet. P 1.54. Ability to store City Commission and other public meetings at External Storage (Storage space outside of City of Miami) at no additional cost. M Page 10 of 97 Last Saved 0n 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requireni.ots RFP No. 472340 1.55. Ability to set desired retention schedule for all content for the City on the local as well as external server based on the State stipulated retention schedule and City's policies. M 1.56. The City desires that the application is operationally compatible with other common web based and mobile applications. In particular, the video streaming application must be operationally compatible with word processing and electronic mail. This level of operational compatibility would be evidenced by a situation in which an authorized user can have open on the device the video streaming application and a word processing application at the same time (although one window might be minimized). Further, the authorized user is able to "select" and "copy" information from a video streaming display or screen display and "paste" the information into the open word-processing application. All vendor -provided software shall be capable of successfully operating on servers and desktop systems that are running concurrently most common software suites (word processing, e- messaging, and spreadsheet and database applications.) The system shall not adversely impact the operation of the concurrently loaded desktop suite software and/or other web based applications. The vendor - provided system shall not require a M reboot of the client workstation in order to leave or deactivate a session of the vendor software and open or activate a session in one of the common desktop applications. Page 11 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, A nda, and Meeting Management System RequireMents RFP No. 472340 2 AGENDA ITEMS / LEGISLATIVE FILES The system should provide the following: Req # Requirements Type Compliance Comments 2. 2.1. Ability to create multiple types of legislative files (ex. Ordinances, resolutions, discussion items, presentations, proclamations, etc.) for different meeting bodies. M 2.2. Ability to create various types of configurable legislative templates for various types of legislative files for different meeting bodies. M 2.3. Ability to create large legislative files with tables (ex. Budget items) M 2.4. Ability to have configurable multiple sections in the text of the legislation (Title, body, footnotes, fiscal impact, impacts, etc. (Configurable)) M 2.5. Ability to mark various sections of the legislation for inclusion in printing with various reports. (Configurable) For example, to include the title, body and the footnote sections in a certification report and omitting other sections such as impact, fiscal impact, etc. (see above). M 2.6. Ability to capture single or multiple sponsors for the file ( Sponsors can be one department, multiple departments, mayor, one commissioner or multiple commissioners, or an entity outside of the organization) M 2.7. Ability to capture cost, indices, account code(s), affected district(s), affected streets, GIS maps etc. associated with the legislative file (custom fields). M 2.8. Ability to capture the requesting department(s) for legislative file and print it on agenda. M 2.9. Ability to make the legislative file available on/off web in real time and the action is captured in the event log/audit log. M 2.10. Ability to convert supporting documents (images, spread sheets, word does, PowerPoint, Visio, GIS map etc.,) to PDF, and attach to the legislative file. M Page 12 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, (_ Agenda, and Meeting Management System Requirements RFP No. 472340 Some of these documents may have to be included in the hearing notices and mechanism should be in the system to mark/identify the document for inclusion in hearing notices. 2.11. Ability to associate attachments (supporting documents, substitution documents, supplemental/addendum documents, exhibits, etc.) with various versions of the legislative file. M 2.12. Ability to mark the attachments (exhibits) as part of legislation and to be included in the certification of the legislation. M 2.13. Ability to arrange the order in which the attachments will appear and print in agenda (provides a simple drag & drop like feature). M 2.14. Ability to make the attachments available on/off web M 2.15. Ability to share the same supporting documents with multiple legislative files, and notify if any change is made to an attachment that is shared by legislative files. P 2.16. Ability to redact contents that are exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution in attachments. M 2.17. Ability to indicate to the internal user about the proprietary nature involved in a legislative file attachment(s). M 2.18. Ability to restrict public from accessing attachments of proprietary nature. M 2.19. Ability to create, manage and track multiple and appropriate versions of legislative files. Ability to easily identify which version of the legislation is in agenda and change if necessary M 2.20. Ability to make a copy of a legislative file with all supporting documents (attachments) in order to create a new similar legislative file(s) and/or to create newer version of the same file. M 2.21. Ability to compare the different versions of same Legislative file(s) M 2.22. _ Ability to cross reference legislative files using link or tag the referenced legislative file(s) and/or attachments. M 2.23. Ability to create the M Page 13 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requirements RFP No. 472340 advertisement/public notice for the item(s) prior to the agenda date based on predefined templates based on legislative file types. Some sections of the Legislative files may be used for this purpose. 2.24. Ability to create item summary report, fact sheets, etc. using templates, to be attached to the legislative file(s). M 2.25. Ability for formatting the legislative file (Underlining, Bold, Strikethroughs, etc.) In legislations, as given in the foot note for legislations, we use strikethroughs to mark deletions and underlines to show insertions so that it can be codified correctly. M 2.26. Ability to use templates to create legislative files based on the board membership information in the system (Board items) For example: if there are few upcoming appointments for a board (vacancies or exceeded the allowed absences), then the system should create a legislative file using a template to be placed in the agenda. P 2.27. Ability to have enactment number(s) for legislative files. (Enactment numbers could be given at lower board(s). Enactment number format may differ for each board. (Some samples of enactment numbers are: Civilian Investigative Panel --_ CIP-YY-NNN SEOPW Community Redevelopment Agency -- CRA-YY-NNN Midtown Community Redevelopment Agency— MCRA-YY-NNN City Commission Resolutions -- R-YY- NNNN City Commission Ordinance MMMMM , a continuous number ) Enactment number could be given at higher board Enactment number could be given to the file that was appealed in court and remanded to commission for action) Please see some examples and more details below. M Page 14 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenuea, and Meeting Management System Requirements RFP No. 472340 2.28. Example: • Legislative file (version `M') was recommended for approval by Planning and Zoning Appeals Board (PZB) gets an enactment number PZAB-R-11-123 where 11 for two digit year and 1234 a four digit number. • This same file was adopted (possibly version `M' + n where n>0) at the commission meeting and gets an enactment number R-11-3425 in the format R-YY-NNNN where YY stands for two digit year and NNNN for a four digit number automatically incremented by 1. • This same file (version `M' + x) could be appealed in court and brought back to PZAB and get another enactment number PZAB-R-11-324 and enactment date. • Further, this file (yet another version) could be adopted with or without modification at commission meeting requiring to get another enactment number (R-12-2345) and enactment date Note: These actions could happen in a single year or multiple years keeping or changing the year part of enactment number as case may be. Note 2: Lower board (example Planning, Zoning and Appeals Board) may require enactment number given to files that are passed. Note 2: Lower board (example Planning, Zoning and Appeals Board) may opfi to provide enactment number to files that are failed. Note 3: City Commission (Primary Legislative Body) does not require enactment number is given to files that are failed. 2.29. Ability to create one single packet of legislation, summary report, attachments, exhibits etc., to email or print to the electronic document management system (currently Laserfiche), maintaining the order of the M Page 15 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag »da, and Meeting Management System Require ents RFP No. 472340 documents. The system should also have the ability to easily control the order of documents/attachments in the packets. 2.30. Ability to use Electronic signature to certify the legislation report for each board. 0 2.31. Ability to prevent making changes to fully executed legislations. Fully executed legislations are the once that are adopted and passed, reviewed and approved by law department for form and correctness, mayor signed, and city clerk attested. M 2.32. Ability to create the certification language and the signature line for legislations as well as minutes. Ability to create standard certification language for each meeting body with different signatories (template for each board) and provide ability to edit the certification language as needed. Certification language for City Commission Resolution/Ordinance is as follows: "I, Priscilla A. Thompson, City Clerk of the City of Miami, Florida, and keeper of the records thereof, do hereby certify that this constitutes a true and correct copy of IMATTERTYPE No. IENUMBER, with attachments, (RESULT by the IACTINGBODY on IACTDATE." "IMATTERTYPE" is Resolution OR Ordinance, "(RESULT" is passed or failed, "IACTINGBODY" is City Commission and "IACTDATE" is the date the matter was adopted. M 2.33. Ability to create certified copy of legislation and prompt the user for the documents (exhibits, summary reports, supporting documents, etc.,) to be included along with certified legislation. M 2.34. Ability to send legislation reports using MS Outlook 2013 & higher (integrate with Active directory) and/or using City's electronic mailing system. M Page 16 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag ruta, and Meeting Management System Requirements RFP No. 472340 2.35. Ability to select single or multiple legislative files from the result set of a search and obtain various reports (legislation, matter summary, master report, etc.) of the selected legislative file(s). M 2.36. Ability to create configurable reports with legislation history including votes, verbatim minutes etc. M 2.37. Ability to capture and display the mover, seconder and the votes in the history of the legislative files. M 2.38. Ability to work on the legislative file concurrently on different versions by M different users. 2.39. Ability to link the video clipping of the discussion of the item during meeting(s) to the legislative files. Note: It is possible that the item was discussed at various times within a meeting. So, system should have the ability to combine all clippings or provide the list of clippings. M 2.40. Seamless easy integration with electronic records management system (currently Laserfiche) M 2.41. Ability to watermark all pages of legislation report as draft until it is fully executed. M 2.42. Ability to select multiple files and make them available on/off the web. M 2.43. Ability to provide simple check box options to be selected to include verbose notes, action notes, vote records, directive notes, lower board actions, action history, etc. along with the legislation reports. Sample given below. Prefer to have M them configurable using control tables. Include the following along with the legislation report (check appropriate box) Verbatim ■ Action Notes ■ Vote Records ■ Directive Notes Lower Boards Actions Page 17 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag Aida, and Meeting Management System Requi Tents RFP No. 472340 ■ Action history ■ Review and Approval History 2.44. Ability to mark the video clippings and set the retention schedule for those video clippings. M 2.45. Ability to choose the destination of the report (screen, email, adobe, electronic document management system, the agenda application, printer, etc.) M 2.46. Ability to select multiple files or to tag multiple files from a file location and attach as supporting documents to a legislative item. file or to tag those multiple files M 2.47. Ability to rescind a resolution or an ordinance. M 2.48. Ability to create a sub agenda by a user with the list of items of their choice maintaining the same item numbers as that of the complete agenda. M 2.49. Ability to mark item as tabled. Tabled items are discussed in the same meeting on the same day at a later time. M Page 18 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agemta, and Meeting Management System Requirements RFP No. 472340 3 AGENDA ITEMS APPROVAL WORKFLOW Req # Requirements Type Compliance Comments 3. Agenda Items approval Work Flow 3.1. Ability to configure unlimited user defined work flows for legislative file types M 3.2. Ability for email notifications in workflow using MS Mail Exchange service (MS Outlook). Currently City uses MS Office 2010 and MS Office 2007 and/or using City's electronic mailing system. M 3.3. Ability to track documents through workflow process M 3.4. Ability to have multi -level (multiple criteria, multiple approvers) workflow. Simple use case is given in Appendix D ® Section 18 M 3.5. Ability to insert attachments (supporting documents) for items in any step of the workflow M 3.6. Ability to withdraw item(s) and/or attachment(s) to items from the workflow when priority shifts. M 3.7. Ability for criteria -based notification of workflow (for example, delay of approval triggers notification ) M 3.8. Ability for appropriate notification of workflow events (approval/rejection of legislative items) via email and/or reports or option media. M 3,9. Ability for workflow re-routing, based on inadequate response time, or escalation due to timeliness, holiday or illness. This would allow the assignment of approvals to designees. M 3.10. Provide authorized users with the ability to create standard and ad hoc workflows for the approval process. M 3.11. Ability to track the status of each agenda item by report or dashboard. M 3.12. Ability to change a user assigned to a role without requiring that a workflow be reconfigured. Reassignment of role or membership in a group within the system. Historical tracking needs to be in place to track changes. M 3.13. Ability to implement or assign dynamic roles for a user and capture the role in M Page 19 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Anda, and Meeting Management System Regan. izents RFP No. 472340 approvals/disapprovals. Dynamic role is a person who is not normally in the work flow but is required during special circumstance, such as Acting City Manager, Interim Director etc. 3.14. Ability to tightly integrate the work flow with e-forms An e-form must be capable of triggering a workflow process. In order to place an item in the agenda for people who do not have access to the system, he/she should be able to fill in an e-form and submit to the agenda office/city manager/designee. Receipt of that form should create a legislative file in the system based on the action of the agenda coordinator/designee. 0 3.15. Ability to notify users of jobs in the workflow queue through the system and their e-mail system. M 3.16. The workflow shall not limit in any way the type and size of electronic files that can be attached to the flow. M 3.17. Ability to approve multiple legislative files at the same time with selection and click (to be used by department heads/assistant manager/manager). M 3.18. Ability to indicate approved and unapproved changes in revised documents without affecting the use of strikethroughs and underlines we use for legislation modifications. M 3.19. Ability for departments to restart work flow. M Page 20 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ageiz-aa, and Meeting Management System Requirements RFP No. 472340 4 AGENDA MANAGEMENT Req # Requirements Type Compliance Comments 4. 4.1. Ability to create meeting agendas. M 4.2. Ability to create multiple meeting agendas for the same date and time. M 4.3. Ability to update meeting agendas. M 4.4. Ability to merge agenda items and attachments into an Agenda package whose file size generally exceeds 150MB in the current system. ( Sometimes complete agenda could go beyond 3000 pages) M 4.5. Ability to group the agenda items (Resolutions, First Reading Ordinances, Second Reading Ordinances, etc.) M 4.6. Ability to mark items in agenda as companion items. M 4.7. Ability to define various sections in agenda (Consent Agenda, Resolutions, First Reading Ordinances, Second Reading Ordinances, Board Appointments, etc.) M 4.8. _ Ability to have standard paragraphs or disclosure Notes to appear in all agenda. M 4.9. Ability to configure the standard paragraphs or disclosure Notes to appear in all agenda. M 4.10. Ability to add or remove sections from agenda M 4.11. Ability to auto number the items in the entire agenda M 4.12. Ability to auto number a section of the agenda without affecting the numbers on other sections of the agenda. M 4.13. Ability to update the item number as items are added/removed from a section in agenda. M 4.14. Ability to create agenda in the current format (see APPENDIX F: Section 14) and any other desired format using user defined template. M 4.15. Ability to print the requesting department/body in the agenda. M 4.16. Ability to print the agenda item type (resolution, ordinance, etc.) in the agenda. M 4.17. Ability to configure to print the status of the agenda items (first reading, second reading, emergency ordinance, etc.) for all or some agenda item types. M 4.18. Ability to select the version of the file to be placed in agenda M 4.19. Ability to provide the option to print the version of the agenda item on the agenda M 4.20. Ability to add page breaks easily. M Page 21 of 97 Last Saved On 3/19/2015 10:54:00 AM Cityof Miami, Agenda, and MeetingManagement System Re uii t ents RFP No. 472340 g _�� > b' Y 0 4.21. Ability to auto -adjust page breaks when new page breaks are added. M 4.22. Ability to add/delete sections in the agenda once the draft agenda is created. M 4.23. Ability to add single or multiple files under a section after the draft agenda is created. M 4.24. Ability to move agenda items between the sections or within sections (Drag and Drop). M 4.25. Ability to provide the option to print the simple history of the item (previous actions taken and its result) on the agenda. M 4.26. Ability to provide the option to print the simple history of the item (previous actions taken in a lower board and its result) on the agenda. M 4.27. Ability to provide the option to print the vote details of the previous action(s) taken on the item in a commission meeting or in a lower board. M 4.28. Ability to configure the history lines to be printed on agendas for each of meeting body. Each legislative file may have many history lines such as, approval history line, city commission action history lines, lower board history lines, law department review and approval history lines. All of these histories may not be included in the agenda. Currently the history of actions taken at the commission meetings and its result along with mover and seconder are printed on the agenda (see sample agenda). The system should provide the ability to choose which history lines should be included in the agenda of each of the meeting bodies. For example, City Commission agenda, the history lines of all past actions, the versions and the results of the action by the City Commission should be printed. And the recommendation from the lower board also should be printed on the agenda. Sample page of City Commission Agenda is below. Page 22 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag r.aa, and Meeting Management System Requirements RFP No. 472340 4.29. city Commleelnn Reeling ASt8da January M SR.2 ORDINANCE SECOND RE 11.05507 AN ORDINANCE CFTHE MIAMI CTIY COMMISSION AMENDING CHAPTER 53 OF THE CODE OFTIIE CITYCf MRMI, FLORIDA, AS cify Aranurr'. office AMENDED, ENTiELEO'STADIUMS AND CONVENTION CENTERS/IN GENERAL, MORE PARTICULARLY BY AMENDING SECTION 53-1 TO INCREASE THE RATE OF SURCHARGE PAYMENT ON PAID ADMISSIONS, ALLOWING THE 5URCHARGETOAPPLY+NHERE TICKETED EVENTS OCCUR IN THE PUBLIC RIGHT-OF-WAY, AND PROVIDING FORA CERTAIN PORTION CFINETICKET SURCHARGE TO BE ALLOCATE) SPECIFICALLY TO FUND PARADES, COMMUNITY EVENTS, AND COMMUNITY PROGRAMS, AS APPROVED BY THE COMMISSION; CONTAINING A SEVERABILITY CLAUSE AND PROVIDING FOR AN EFFECTIVE DATE. SPONSOR: COMMISSIONER MICHELLE SPENCE-JONES DATE: OCTOBER 27, 2011 MOVER: COMMISSIONERSPENCE-ZONES SECONDER: VICE CHAIRMAN CAROLLO VOTE: AYES: 5 - COMMISSIONER(S) GORT, SARNOFF, CAROLLO, SUAREZ AND SPENCE-JONES ACTION: CONTINUED —PASSED DATE: NOVEMBER 17, 2011 MOVER: COMMISSIONER SPENCE-JONES SECONDER: VICE CHAIRMAN CAROLLO VOTE: AYES: '3-COMMISSIONER(S)GORT,CAROLLO AND SPENCE-JONES NOES: 1-COMMISSIONERS) SARNOFF ABSENT: 1-COMMISSIONERS) SUAREZ ACTION: PASSED ON FIRST READING -PASSED DATE: DECEMBER 15,2811 MOVER: COMMISSIONER SUAREZ SECONDER: COMMISSIONER SARNOFF VOTE: AYES: 4-COMMISSIONER(S)GORT,SARNOFF, CAROLLO AND SUAREZ. ABSENT: '1- COMMISSIONERS) SP ENCE-JONES ACTION: CONTINUED —PASSED END OF ORDINANCES -:SECOND READINGS 4.30. Ability to create multiple agenda templates for each board. M 4.31. Ability to track the changes in agenda templates. (track when the templates have changed) P 4.32. Ability to prepare the summary document and/or fact sheets for each agenda item (Summary sheet, fact sheet etc. Samples attached See Appendix E: Section 13) M 4.33. Ability to print the agenda item number on each of the agenda packet and number the agenda packet pages, restarting the paging for each agenda item. _ M 4.34. Ability to associate and print single or multiple sponsors of an agenda item in the agenda. (Sponsors can be one department, multiple departments, mayor, one commissioner or multiple commissioners) M 4.35. Ability to provide notifications of and enforce Agenda submission deadlines. P 4.36. Ability to create an agenda summary with the M Page 23 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ada, and Meeting Management System Require dents RFP No. 472340 ability to drill down to a detailed document. 4.37. Ability to automatically produce a table of M contents for the agenda with page numbers. See sample below CONTENTS PR, 9AOA.M. PRESENTATIONS ANDPROCLAMATIONS PR.1 Protocol Item Presidents Supermarket El Dorado Furniture Angels of Hope Toy Drive INVOCATION AND PLEDGE OF ALLEGIANCE MV. MAYORALVETOES AM. APPROVING THE MINUTES OF THE FOLLOWING MEETINGS: Regular Meeting of December 15, 2611 Planning and Zoning Meeting of December 15, 2011 END OF APPROVING MINUTES CA, CONSENT AGENDA CA 1 Execute Agmt- NMMA BoatShow CA.2 Auth.AlloationFunds- Miami -Dade County Association CA.3 Establishing Revenue Joint Law Enforcement Operations END OFCONSENTAGENDA PH. PUBLIC HEARINGS 9:OO A,M. PH,1 Approving Allocation Funds HOPWA PH.2 Auth. Transfer CUM Funds- Code Enforcement Activities PH 3 Approving Procurement- Physio•Contral External Defibrillators PH.4 ApprovinProcurement-911Workstatlons PH.5 Auth, & Execute Amendment- Global Spectrum Limited PH.6 Auth Grant Easement Coconut Grove ConventionCenter END OF PUBLIC HEARINGS SR. `ORDINANCES- SECOND READING ! 4 SR1 Amend G Code Financial IntegrityPdnciples Mwµ m 'Amend. SR.2....,..,..,.., City Code- Increase Rate Surcharge Payment END OF ORDINANCES SECOND READINGS FR, ORDINANCES -FIRST READING FR 1 Amend City Code Repair/Right-Of-Way Dedications 4.38. Ability to print a portion vs. the entirety of an M agenda package with the selected attachments (supporting documents). 4.39. Ability to provide limited access to certain M agenda items and associated documentation. 4.40. Ability to restrict items being made public (Only for temporary period of time). M 4.41. Ability to make the agenda available on the M web very easily. Once an agenda is created provide the ability for a user to publish the agenda to the web with associated links to supporting documents. 4.42. _ Ability to add additional comments on the web M whenever the agenda is revised after its first Page 24 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, ( (' Agerraa, and Meeting Management System Requirements RFP No. 472340 publication. Ability to handle supporting documents that were missed on the first day of publication of agenda (Five business days prior to commission meeting.) Ability to mark them as late items. 4.43. Ability to create supplemental agendas M 4.44. Ability to create the calendar of meetings for a M 4.45. Ability to cancel/reschedule a meeting in the M 4.46. Ability to continue a meeting in the calendar M 4.47. Ability to protect all legislative files from editing M 4.48. Ability to prevent the attachments that are included in any agenda and or minutes from deletion. However, they may be marked and amended and/or removed from the agenda M 4.49. Ability to create agenda based on the template for each meeting body. M 4.50. Ability to create agenda drafts. M 4.51. Ability to create links to, or associate supporting material for meetings, with Agenda Item document. Ability to create hyperlinks to each of the supporting documents for all agenda items in the agenda. Ability to create bookmarks/hyperlinks to each of the agenda M 4.52. Ability to allow flexible reformatting of the document, such as font, indentation, M 4.53. Ability to allow pending items to be placed on the agenda with or without notes ("As Is" cases). M 4.54. Ability to print entire Agenda and all attachments with configurable numbering. M 4.55. Allow supporting materials to be attached to an Agenda item during the "scanning process" (Directly Scanned to Item). M 4.56. System provides a post meeting capability for M 4.57. Provides ability to use workflow in post meeting M 4.58. System provides an Interface that allows a user to download the complete Agenda and/or a M 4.59. Ability to make notes on Agendas and any M 4.60. Provide automatic notification when a M Page 25 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requirents RFP No. 472340 a an Agenda Item or document 4.61. Ability to allow versioning of agenda's and agenda items; allow process steps such as M 4.62. Ability to allow agenda items to be moved with all associated attachments from one agenda to M 4.63. Ability to see the status and result of each of M 4.64. Ability to automatically convert attachments (supporting documents) to agenda items to PDF for printing and public distribution. M 4.65. Ability to support annotations to attachments. M 4.66. Ability to allow revision control of attachments. M 4.67. Ability to use electronic signatures. 0 4.68. Ability to select individual pages and/or sections of a document to be viewed, routed, M 4.69. Ability to provide an agenda review and approval screen with a log of items that were reviewed for each meeting. M 4.70. Ability to support flexible query capability for ad -hoc reporting based on user -defined criteria M 4.71. Ability to provide a well -documented, user- friendly query and report writing tool (Include M 4.72. Agenda templates shall include preloaded drop -down designations for all Board/Committee/Subcommittee and an option M 4.73. The proposed system shall be of a non- M 4.74. Agenda templates will include a checklist of standard items, including roll call, public presentation and order of the day. As needed, the checklist of standard items can be edited M 4.75. The agenda automation package shall have the ability to publish a finalized agenda to the Web with all associated attachments as links to the appropriate agenda item. This process must be accomplished using a single mouse click (Create document with bookmarks similar to way PDF doc is created). If any of the documents in the link is replaced proper M 4.76. The agenda automation package shall have the M 4.77. The agenda automation package shall have M Page 26 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agetrtia, and Meeting Management System Requireirwnts RFP No. 472340 redaction capability. 4.78. Ability to create draft agenda while items are pending approvals. M 4.79. The agenda automation package shall maintain and make available the history of all agenda items that have been copied to other agendas. M 4.80. The agenda automation package shall allow actions to be added for each agenda item. The actions can be added manually for each item or selected from a pre -configured list tied to each M 4.81. The agenda automation package shall have the P 4.82. Seamless integration with Electronic Records Management System (ERMS) (currently Laserfiche) M 4.83. Ability to create agendas accessible by state- of -the -art tablets and/or mobile devices such as M 4.84. Ability to watermark all pages of the agenda M Page 27 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, A &la, and Meeting Management System Regan. inents RFP No. 472340 5 MINUTES MANAGEMENT Req # 5. Requirements Type Compliance Comments 5.1. Ability to take roll calls M 5.2. Ability to take multiple roll calls on single meeting 5.3. Ability to mark multiple items as consent items and take one single consent vote electronically and/or verbally. 5.4. Ability to unmark items that are marked as consent. M M M 5.5. 5.6. 5.7. 5.8. 5.9. 5.10. 5.11. 5.12. 5.13. Ability to take vote on individual items that were originally placed under consent items Ability to give enactment numbers (resolution numbers) to all those items that were adopted and passed in consent. Examples of current format of enactment number: R-YY-NNNN; Prefix + Sequence + Suffix) Ability to break tie votes or manage tie votes. Ability to predefine exceptions in vote requirements (4/5, 5/5, etc.) Ability to NOT to give enactment number when the item fails Ability to automatically generate the enactment number based on the agenda item type when adopted and passed Ability to give unique enactment number (out of sequence). Ability to remove or modify enactment numbers by users with security privileges. Ability to provide multiple enactment numbers to an item — Items that may be challenged in court after its adoption in commission may come back to commission for further action. This may require providing another enactment number for a different version of the item. (Please see a sample Master Report Appendix _R•_Cartinn I fT M M P M M M M M M 5.14. Ability to provide enactment numbers at single or multiple lower boards following a predefined format and sequence. (Examples of current format: PZAB-R-YY-NNNN; CRA-R-YY- NNNN; Prefix + Sequence + Suffix) M 5.15. Ability to start new sequence for enactment numbers every year for city commission and other boards M 5.16. Ability to configure same or separate enactment number sequence for each matter type and board except for ordinances. M Page 28 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ageri rca, and Meeting Management System Require>nents RFP No. 472340 5.17. Ability to take item in any random order during M 5.18. item is reconsider continue the Ability on possible possible adopt same actions 4N FEvl - to take the same actions to the item the the meeting. given VItM1 N }:?' multiple meeting attached table on the item, item, but below. mvW.4rMN actions on the same agenda. (List of See Appendix A). It an item during meeting, same meeting, then make a motion to finally to adopt during Some sample set of ^' l Y ;' f"rSA `Y." M 4/1412011 CityCommissar DEFERRED 1 Pass No 4114t201i C 1 Commrsgcn REWOSIOERE ., 1 . r ? , rasa . _. 4/14/2011 CityCammissian ADOPTED 1 Pass .. Co 1/23/2010 CityCanndssron AD0PTE6 2 Pa 902010,t yCcamsssen., RECONSIDERED s ,.. , 2 ...f. 902010 CltyCaaNstn ADOPTEDKRIMOD¢TCATIONS 3 Pa 5.19. Ability to show two separate votes for emergency ordinances and other items when two separate votes are to be taken during the M 5.20. Ability to handle items that may be vetoed by mayor. M 5.21. Ability to approve the minutes of multiple previous meetings and capture the date on which the minutes are approved. The minute approved date should be associated will all related records such as video, audio, log M 5.22. Ability to add items that were not included in the agenda (Non agenda Items) to the minutes. M 5.23. Ability to maintain multiple versions of the agenda item. The agenda item that was introduced in agenda might be different from the one that was adopted. The system should be able to track the versions that was in agenda and that is adopted during meeting M 5.24. Ability to add unlimited verbatim text and perform spell check and correction on M 5.25. Ability to print various minutes reports with and/or without the verbose text. Currently, Marked agenda and Verbatim minutes are the two reports used without and with verbose M Page 29 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, A e`tda, and Meeting Management System Requi tents RFP No. 472340 5.26. Ability to enter directives from the commission for each item and ability to track them. M 5.27. Ability to do key word and date range searches on verbose text. M 5.28. Ability to publish the verbatim minutes to the web, and lock the minutes from any changes to be made except by authorized users. Ability to create the marked agenda which includes only the actions, votes, directives and special motions; which is separate from the verbose text and the verbatim minutes. M 5.29. Ability to capture the verbatim minutes from the audio using speech recognition software as guideline for transcribers P 5.30. Ability to Zink the video and audio clipping(s) for the item from meeting. The item may be discussed at various times during a single meeting or multiple meetings. M 5.31. Ability to maintain a calendar and update the calendar to display the availability of minutes. This could be the single calendar on the web used for the meeting dates and agenda publishing. M 5.32. Ability to create meeting minutes template. M 5.33. Ability to create an attendee list for each meeting based on the membership in boards and commission. The attendee list should track the attendee name and title. Or the Ability to generate and save the attendance report from the roll call M 5.34. _ Ability to add sections and agenda items and give item numbers to the newly added items to the minutes without affecting any other agenda or minutes settin.s. M 5.35. Ability to create unlimited standard paragraphs or default texts that could be used using HOT Keys (shortcuts) for motions, directives, action notes/summary, etc. Some sample texts are: "A motion was made by Vice Chairman Carollo/Commissioner Suarez/Commissioner Spence -Jones/ Commissioner Gort [NAME], seconded by Vice Chairman Carollo/Commissioner Suarez/Commissioner Spence -Jones/ Commissioner Gort [NAME], and was passed unanimously, with Vice Chairman Carollo/Commissioner Suarez/Commissioner Spence -Jones/ Commissioner Gort [NAME] absent, to waive the residency requirements in M Page 30 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag{ haa, and Meeting Management System RequireMents RFP No. 472340 Section 2-884(a) by a four/fifths (4/5) vote of the members of the full City Commission, as it relates to [Member Name] as a member of the [Board Name]" HOT KEY : "ALT + I" : "ANY PERSON WHO RECEIVES COMPENSATION, REMUNERATION OR EXPENSES FOR CONDUCTING LOBBYING ACTIVITIES IS REQUIRED TO REGISTER AS A LOBBYIST WITH THE CITY CLERK PRIOR TO ENGAGING IN LOBBYING ACTIVITIES BEFORE CITY STAFF BOARDS, COMMITTEES, OR THE CITY COMMISSION. A COPY OF THE APPLICABLE ORDINANCE IS AVAILABLE AT THE OFFICE OF THE CITY CLERK (MIAMI CITY HALL), LOCATED AT 3500 PAN AMERICAN DRIVE, MIAMI, FLORIDA 33133." 5.36. Ability to configure and modify meeting minute M 5,37. Ability to select agenda item(s) and make minute entries or notes M 5.38. Ability to make notes public or private (Private p 5.39. Ability to record motions and to log mover and seconder M 5,40. Ability to take and record votes on individual items (Votes could be Aye (Yes), Nay (No), Absent, Abstain, N/A — used for alternate members in a board.) The system should be M 5.41. Ability to take action on items in random order desired M 5.42. Ability to take action on individual item or entire agenda sections and take vote. (Sometimes all items in a section are continued by a single motion, and the system should provide the ability to capture the mover and seconder for these items that are continued). These are not consent items in agenda. M 5.43. Ability to track, add and time speakers. M 5.44. Ability to perform spell check and provide suggestions similar to MS word spell check. Also provide ability to add words to the dictionary (prefer). M 5.45. Ability to switch between meetings and take action on agenda items from multiple M Page 31 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Athda, and Meeting Management System Requir 'dents RFP No. 472340 meetings. It is possible that there are two or more agendas on the same day and items are taken randomly from any of the agenda. So, the system should have ability to handle this. 5.46. Ability to change the voting order for each meeting as may be needed (Ability to change the order of members for taking votes). P 5.47. Ability to add and/or delete members from committee rosters on -the -fly for specific meetings so that attendance and votes can be recorded properly. Alternate members can vote whenever there is no quorum. There should be ability to accommodate this. M 5.48. Ability to take multiple motions for a single item, including substitute motions. M 5.49. Integrate with an electronic wireless roll call and voting system M 5.50. View Vote Result as members vote, and make it public once all members have voted. M 5.51. Manual override of votes, roll call, motions taken using the electronic wireless system. M 5.52. Ability for the voting solution to be compatible with a touch -screen interface. M 5.53. Ability to create a request to speak during commission meeting and View all Speakers in queue in order as requested for each item (For Lobbyists and constituents could request to speak on a particular item once the agenda is published on the web. This could be a supplement to the speaker sheet that is collected during the commission meeting by the City Clerk staff). P 5.54. Add and/or Delete Speakers in "Request to Speak" Queue M 5.55. Mechanism to capture the request to speak and associate it to a speaker category. P 5.56. Ability to send request to speak notification to the City Clerk and to the Commission Chair. P 5.57. Ability to have unlimited number of speakers. M 5.58. Ability to create configurable motion strings M from the motions, actions, votes, and make them automatically appear in minutes. Sample motion string is: "Motion made by {Mover Name with title or role in the meeting body}, seconded by {Seconder Name with title or role in the meeting body}, that the matter/item be {ACTION NAME] PASSED/FAILED by the following/above Page 32 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agettaa, and Meeting Management System Requirements RFP No. 472340 vote." 5.59. The minutes can be taken in real-time along with the streaming video or after the meeting M 5.60. Ability to produce linked minutes in user desired format. The end user may click on any item within the Minutes document to link to the audio/video. (Note: the item may be discussed at various times during meetings and hence may require linking multiple links). M 5.61. Clerk will be able to go directly to any motion, vote, or note in meeting and listen to corresponding audio for easy editing. All agenda items will be linked individually to audio/video. M 5.62. Ability to watermark all pages of the minutes M 5.63. Ability to add signature lines for approval in the minutes report. Sample format of the signature lines currently used by the Civil Service Board is given below. 'Duey to scheduling confiotsj. ADJOURNMENT: 7ta Clannan egad fern at to ADJOURN Mich tmuited as Wham: Motion by Member Silverman, seconded by Member Dames, to APP PAS&ED by the four} Wring vote. Aye: Kaplan,. Silveri -ran, de la Q. MIMES end May Tim mee gADJOURNED t12Op,, Atied; was taken41227-1231p SIGNATURE: M Miguel M. de la0, Chairperson ATTE ST: Tishria L. Mindingall, Executive Secretary 5.64. Ability to hyperlink all items and supporting M 5.65. Ability to go to the details of a legislative file from a hyperlinked item in minutes. M 5.66. Ability to make complete minutes with all attachments similar to the complete agenda (This needs to be done once all items in the minutes are completed including the attachments and all the legislative files are reviewed and approved). M 5.67. Ability to indicate the missing supporting documents P 5.68. Ability to print the version of the file in minutes M Page 33 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, A nda, and Meeting Management System Requir Fr ants RFP No. 472340 6 REPORTS REQUIREMENTS Req # Requirements Type Compliance Comments 6. 6.1. Ability to generate various reports 6.2. Ability to generate a report to get the signature of Mayor for all/some adopted legislations. This report should have the File ID, action, version and the enactment number for each of the item that was passed and a provision to mark "sign" or "veto" for each item. This report should have a signature line for Mayor, and attestation line for City Clerk. The resolutions that are of administrative nature does not require Mayor Signature — Board appointments, election results etc. does not require Mayor Signature. (See Appendix C for sample report) M 6.3. The Names of Mayor, City Clerk, Commissioners, Board Members, City Manager, City Attorney, etc., should not be hard coded in any report. M 6.4. Ability to format the reports M 6.5. Ability to create new reports M 6.6. Ability to create reports on voting records, body header records (Boyd header is the list of members and administrative staff names that is printed in the cover page of agenda and/or minutes.) M 6.7. Ability to create reports on the valid actions for each of the agenda item types for each of the boards M 6.8. Ability to create hearing notices (See Appendix G: Section 15) for legislative files. M 6.9. Ability to run meeting reports; number of meetings scheduled, cancelled, etc. for a date range. M 6.10. Ability to create meeting continuance report or meeting reschedule report M 6.11. Ability to run report on various directives given to various departments by Commission during meeting. M 6.12. Ability to create attendance report on various boards M 6.13. Ability to run reports on legislative files that are adopted but pending review M Page 34 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Age1 a, and Meeting Management System Require rents RFP No. 472340 and approval from Office of City Attorney Page 35 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Anita, and Meeting Management System Regnirrents RFP No. 472340 7 MEETING MANAGEMENT- AUDIO RECORDING Req # Requirements Type Compliance Comments 7. 7.1. Ability for audio recording of the meeting using 4/8/16 channels M 7.2. Ability to log notes of the meeting. M 7.3. Ability to link each of the notes to the exact point in the recorded audio M 7.4. Ability to convert the entire audio, or portion of the audio (user selected) to formats like MP3, wav, and any industry standard formats. M 7.5. Ability to play -back audio for transcribing purposes. M 7.6. Ability to turn off/on, single or multiple channels. M 7.7. Ability to use foot pedal for playing, forward, rewind the audio. M 7.8. Ability to copy a portion of the audio while it is being recorded M 7.9. Ability to publish the audio of the meeting to the meeting calendar on the web. M 7.10. Ability to convert the log notes to word document for editing M 7.11. Ability to edit the log notes M 7.12. Ability to have customizable Word Lists and Hot Keys for speakers, actions, quick notes, etc. to take log notes. M 7.13. Ability to record meetings for various meeting bodies M 7.14. Ability to configure the location for archival of the audio M 7.15. Ability to record meetings that takes place in locations other than the commission chambers M 7.16. Ability to search and receive content M 7.17. Ability to spell check the log notes (with ability to ignore or include the acronyms used by user) M 7.18. Ability to adjust playback volume on each channel M 7.19. Ability to archive log notes M 7.20. Ability to adjust playback speed M 7.21. Ability to have compact view of Log notes and Player M 7.22. Ability to switch between log notes of meetings. M Page 36 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ageneaa, and Meeting Management System Requirements RFP No. 472340 7.23. Instant access to specific recordings without fast -forwarding or rewinding M 7.24. Ability to seal recordings M 7.25. Ability to manually migrate or back-up content to offline storage M 7.26. Concurrent archiving of the recording to at least two or three locations M 7.27. Ability to listen to any combination of _ M 7.28. Preserve tone automatically during high speed play -backs M 7.29. Ability to provide low or no audio recording alarms M 7.30. Ability to provide audible and visual notification for a paused recording M 7.31. Ability to provide "Confidence Monitoring" - capable of playing audio while recording is taking place to ensure that recording is actually M 7.32. Ability to indicate that recording is taking place by means of an independent dialog box that counts up with a timer. M Page 37 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, A enda, and Meeting Management System Requirements RFP No. 472340 8 ROLL CALL AND VOTING MANAGEMENT Req # 8. 8.1. 8.2. 8.3. 8.4. 8.5. 8.6. 8.7. 8.8. 8.9. 8.10. 8.11. Requirements Provide an electronic roll call and voting system; preferably wireless Display the summary of the item under consideration — sometimes multiple items (companion items) Customize the roll call or voting devices with meeting body membership list Ability to allow the "member device" to move and second items. Ability to Record/capture and Display the mover and seconder Ability to manage request to speak Ability to disclose voting results only after all votes are taken Ability to predefine and configure the exceptions in voting requirements (4/5, 5/5, simple majority, supermajority)) and disclose voting results based on the predefined voting requirements Record and display the meeting activities Item under consideration Action taken and results Easy control to what is displayed on the plasma screens Ability to display more than one screen shot on different screens (One displaying the item, one showing the votes, etc.) 8.12. Integrate the electronic roll call and voting system with the "minutes" module Type Compliance M M M M M M M M M M M Comments 8.13. VI LI IG NI vr.Ivvvv vJvw..... Easy to connect and transfer the electronic voting solution/application M 8.14. Ability to configure hand held device to be used by multiple members (from M 8.15. Ability that this system does not interfere with WI-FI network and devices, Wireless microphones, Emergency radio communications, and any other wireless M 8.16. Ability to capture votes simultaneously M Page 38 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agana:, and Meeting Management System Require»«ats RFP No. 472340 8.17. Ability to provide a separate device with features to manage meetings for chairman/leader device machine with features to manage meeting M 8.18. Ability to manage gavel -to -gavel changes M 8.19. Ability to have flawless identification of user from the wireless voting key pad or touch screen M 8.20. Ability to scroll time -certain items on screen and ability to customize the M Page 39 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, A Mida, and Meeting Management System Regnir i tents RFP No. 472340 9 WEB STREAMING OF PUBLIC MEETINGS REQUIREMENTS Req Requirements Type Compliance Comments 9. 9.1. Provide a system to Multicast real time streaming of commission meetings and other public meetings that are televised M 9.2. Provide Multicast live streaming of City of Miami cable television programs 24/7 M 9.3. Provide a web streaming system that interfaces with Video format: SDI (Serial Digital Interface) SMPTE 259M, NTSC, 75 ohm BNC connector M 9.4. Provide a web streaming that interfaces with Audio Format: Analog Stereo, Balanced, Line level, XLR type connector, Impedance >15K ohm, Maximum Input Level 24 dBu. M 9.5. Provide the ability to preface or tag any video segment with specified city message or promotion P-M 9.6. The system shall be able to use Microsoft Windows Media Player. P 9.7. The system shall be able to serve Flash on non HTML5 compliant browsers. M 9.8. The system shall be able to serve the HTML5 player to mobile devices and newer browsers. M 9.9. The system shall be able to use Quick Time for Mac Users, and other open standard media formats M 9.10 The system shall be able to video stream meetings concurrently. 9.11 Identify the agenda Items as they occur in the meeting P 9.12 Provide the ability for closed captioning M 9.13 The system shall be able to provide easy mechanism to download portions of video using various applications like iTunes and other open standard formats in a reasonable time. 9.14 Ability to provide us with an embeddable player (preferably in HTML5) and other open standard media players those are accessible on iPads, and other mobile devices. M 9.15 The system shall allow Video Library Management by individual meeting M Page 40 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agehaa, and .Meeting Management System Requirelhonts RFP No. 472340 bodies. 9.16 The system shall provide the ability for authorized city staff to easily carry out the following tasks associated with maintenance of video library: 1. add new meetings to the library, 2. replace a document associated with a meeting in the library, 3. delete meetings from the library (mark meetings to be deleted from the library) 4. Mark documents associated with a meeting to be deleted when the meeting is marked for deletion or leave it there to associate with another video. 5. print various reports with alternative, user -selectable sort orders M 9.17 The system must allow a convenient means for the search to be limited to a date range. M 9.18 The system shall provide the ability to copy meetings M 9.19 The system shall provide ability to combine meetings that span across multiple d ys. M 9.20 The system shall provide ability to trim meetings to remove advertisements, and other video portions that are relevant to the meeting. M 9.21 The systems video library feature should be able to manage large meetings that may be of 12-18 hours of duration and may span between days. M 9.22 The document being added and associated with a video can be stored in Draft status until an authorized user finalizes, approves and publishes it. P 9.23 The user should be able to dissociate a document (agenda, marked agenda and minutes) to a video file in the library and associate a new and updated document and add that document to the library and vice versa. M 9.24 The system shall provide the ability for users to assign a Meeting Type Code and a Document Type Code to each meeting record in the Meeting Document Library and Video Library. These codes shall indicate what type of M Page 41 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ac- enda, and Meeting Management System Requtents RFP No. 472340 meeting and what type of document(s) are associated with the meeting video. This code should be configurable and table driven. If changes are made to the code, then the start date and end date for the code change shall be captured and maintained. For Example, the document code can be City Commission Agenda — CCAG City Commission Marked Agenda — CCMA City Commission Meeting Minutes — CCMM The Meeting type could be some code to represent various types of meetings as Regular, Special, Budget Hearing, Supplemental, Board, Work Shop, Training, and the like. 9.25 The system shall provide users and citizens with the ability to look up meetings and corresponding videos by whole or partial meeting body name. For example, users must be able to look up and retrieve a meeting by searching on "Commission" or by searching on "City'"" where the * constitutes a wild card search. The system may use industry standard wild card characters. M 9.26 The system's Video Library feature shall be able to manage large meeting agendas that have a single meeting date, but many agenda items and multiple versions for the item and various supporting documents (attachments) associated with it. M 9.27 The system should be able to manage multiple agendas associated with a single video. For example, there might be more than one agenda for a single day meeting. Explain if the entire meeting (one video) is associated with two or more agendas/minutes OR if the video is split to accommodate the separate agendas M Page 42 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agehat, and Meeting Management System Requirements RFP No. 472340 on the same meeting day. 9.28 The system shall provide the capability to add and update meeting documents (agendas, marked agendas, and minutes) to document library and associate documents to video library. There might be more than one document associated with one video file. M 9.29 The system shall provide authorized users and citizens the ability to look up meetings, its corresponding documents and Zink to the file on the web (Web portion of the legislative file and ERMS) to look up for legislation and/or attachments (the supporting documents for the legislation) by user -defined criteria. This should open a new window keeping the video streaming window opened behind. M 9.30 The system shall NOT be in such a manner as to require City to re -name or re -number its legislative file Ids, or Enactment numbers. M 9.31 The system shall allow an authorized user to find, update and delete meetings and/or documents. Deletion of a document can mean logical deletion if it is associated with a video or physical deletion if, for instance, a meeting set- up is started in error and there has been no activity associated with that meeting. M 9.32 The system shall prevent complete and permanent deletion of a meeting, its documents, and video from the Library. The permanent deletion access may be allowed only to System administrator. M 9.33 The system shall be able to accommodate at least 500 meetings per M year (Normal meeting duration will be 8- 10 hours and at least a few meetings that may be of 16-18 hours duration). Meeting Type (Comments), Document Type, Meeting Body, Meeting Date, Meeting Time are required fields for each Meeting. The system will track and visually present user information such as the create date; create user, recent activity date, and activity user. 9.34 The system shall allow user to add a M Page 43 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, A'ada, and Meeting Management System Regan. Vents RFP No. 472340 new meeting with all or partial data associated with the particular meeting including meeting name, meeting date, meeting time, meeting comment, etc... 9.35 The system shall provide the capability to delete meeting documents associated with the video file(s) in the library records. The delete function shall be available such as to NOT physically delete the documents record in order to allow accurate historical reporting. For example, if a document associated with a video is not correct, and if it was replaced by another document, then the original document should not be physically deleted from the system. It should be kept for history purposes. M 9.36 The system shall provide the ability for authorized users to record meetings and maintain history indefinitely, with the capability to selectively archive such data and indicate that the archived meeting exists, M 9.37 The system shall be able to accommodate additional meeting bodies, should new meeting bodies meeting be televised. . M 9.38 The system shall be able to record trainings that are given to elected officials, board members, etc. and use it for refresher training purposes. M 9.39 The system shall provide the capability for authorized users to generate a statistical report of activity as it manages the system. The system should report on the web streaming usage grouped by internal and external users. P 9.40 The system shall allow the city employee to generate reports and view them on the screen, with actual and accurate data, prior to deciding to print the report. The system shall also allow the user the ability to print selected pages of the report. P 9.41 The system shall provide the ability for authorized users to read, search, copy and print system logs that report various P Page 44 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenaa, and Meeting Management System Requireirents RFP No. 472340 system conditions, such as error conditions, system failures, time outs, traffic volume, and user usage. The system shall provide the ability for the authorized users to maintain, archive, and purge the system log information. The system shall provide the option for access to specified system information by authorized city staff. 9.42 The system shall provide for optimal load balancing and fault tolerance distributed over multiple servers. For example, the access for a user from a particular location shall automatically switch over to an alternate designated server in the case of hardware/software failure or excessive system load. M 9.43 The proposed hardware and configuration must provide the response times specified below for these interactive functions: The vendor shall consider the following assumptions. a) Normal user count of 400 users b) Peak user count of 1,000 users c) Meeting Day user count of 5,500 users M 9.44 If redundant servers are required, each server instance must be able to operate completely independent of the other locations, if necessary. M 9.45 Provide ADA compliant closed captioning M 9.46 The system, in connection with hardware, software, supplies, and/or services under contract, shall comply with all applicable requirements and provisions of the Americans with Disabilities Act (ADA) M 9.47 The website should be Section 508 compliance of ADA M 9.48 Archive commission and all public meetings stored external to City (at the vendor's media storage site) for a minimum of one-year for on demand viewing via internet. M 9.49 Archive Commission and all public meetings stored on City's Internal M Page 45 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agiida, and Meeting Management System Requirefnents RFP No. 472340 Network using City's Storage Infrastructure. 9.50 Allow indexing of video content in real- time during live recording and broadcasts M 9.51 Ability to generate video index based upon meeting agenda sections and items in real-time and offline. M 9.52 Provide user friendly interface to generate video indexing of archived content M 9.53 Provide Simultaneous offline editing while web streaming live M 9.54 Provide ability to seamlessly view listing of available video content internal to the City, by type and/or date (Le. commission meeting, information video) M 9.55 Provide ability to seamlessly view listing of available video content external to the City, by type and/or date (i.e. Commission meeting, information video) M 9.56 Provide end user keyword searching of indexed archived video from the City's library of video archives M 9.57 Provide end user keyword searching of the titles (the title of legislation) of all content (i.e. documents- agenda, minutes, etc. and slides) linked to video archives M 9.58 Provide end user keyword searching of the closed captions of all content (i.e. documents, slides) linked to video archives M 9.59 Provide ability to open various types of hyperlinked documents from the agenda, minutes, etc. that are associated with the video M 9.60 Links documents (agenda and/or minutes) to archived video, directly associating them with indexed segments of video content M 9.61 The vendor's integration strategy and process shall include methods for conversion and migration of data such as meeting documents from Legistar, meetings in video media, records from Laserfiche, if necessary. M 9.62 Ability to integrate with the agenda and minutes management software in taking roll call, votes, actions, automatically M Page 46 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, A Agerrtia, and Meeting Management System RequireMents RFP No. 472340 assign enactment numbers for passed items, minutes, etc. 9.63 All recorded actions (Motions, votes, Roll call, Notes, etc.) will be time stamped to video. M 9.64 Provide ability to mark few committee members as nonvoting members. M 9.65 Automatic publishing of agenda, minutes and video with few mouse clicks. M 9.66 Combine summary and verbatim notes with comments, documents and agenda items to create a single source to access information about a specific meeting M 9.67 Provide automated tools for generating meeting minutes: Explain how the integration with the application that generates the minutes can be accomplished; M Page 47 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ada, and Meeting Management System Requirements RFP No. 472340 10 BOARDS, AGENCIES AND COMMITTEES MANAGEMENT SYSTEM Provide a module in the proposed system that will enable the City Clerk to manage the membership of various boards, Agencies, and Committees and their. compliances. City has currently 35 boards and 349 members. The generic requirements are below: Req # Requirements Type Compliance Comments 10. 10.1. Ability to capture the Board Information and various descriptive data relative to the board like M 1. Enabling Code/Ordinance etc. 2. Authority 3. Appointments 4. Number of voting members 5. Number of alternate members 6. Compensation 7. Appointments (how appointments are made) 8. Attendance requirements 9. Indemnification 10. Meetings — How often the meetings to be held 11. Officers 12. Procedures 13. Purpose 14. Qualifications 15. Vacancies 16. Terms, maximum number of years a person can serve in a board, can it be waived, and number of years in each term. 17. Report 18. City Staff Liaison 19. Assigned Attorney 20. Maximum consecutive term allowed to serve in the board 21. Whether the body meets 22. Default meeting location 23. Meeting time 24. Body Active from date 25. Body Inactive date from 26. Body Liaison 27. Contact Information 28. Body type (Board, Trust, Agency, etc.) 29. State Board or City Board 10.2. Ability to capture various requirements for M Page 48 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agehaa, and Meeting Management System Requirements RFP No. 472340 each of the boards 10.3. Ability to capture various compliances (Annual Reports, Oath, Ethics, Real Property disclosures, Financial Disclosure, Employment, etc.) and the forms that needs to be submitted for each of these for each of the boards. M 10.4. Ability to capture various waivers and votes required for waiving them. (Waivers are: excessive absences, terms, employment, residency, etc. and Votes are 4/5 or 5/5) M 10.5. Ability to capture/record various forms to be used to meet each of the compliances and/or requirements M 10.6. Ability to set reminders for sending the various compliance packets to the members M 10.7. Ability to create various packets of documents (welcome packets, compliance packets, and other such packets) to be send to the members of each board. M 10.8. Ability to capture how the attendance should be counted along with the number of allowed absences. Capture whether the absences be counted per year or per term. M 10.9. Ability to capture the personal information M 10.10. Ability to prevent from entering duplicate entries M 10.11. Ability to capture home address, work address and mark them as primary/alternate M 10.12. Ability to mark individual's information as confidential. M 10.13. Ability to prevent printing address and other contact information of individuals who are marked as confidential M 10.14. 10.15. Ability to capture the office information (name of the board, role in the board, voting status, start date, end date, original appointment date, resolution number/memo of appointment, resolution date, termination date, termination reason, term serving, seat number/category, appointer name, remarks/comments/notes, etc..) M 10.16. Ability to capture the various waivers and the date it was granted to the board members. M 10.17. Ability to capture the original term end date M Page 49 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requirlents RFP No. 472340 and the extended term end and the actual term end date for the each term 10.18. Ability to capture the nomination information of the member. M 10.19. Ability to capture the various compliances based on the board compliance requirements. M 10.20. Ability to assign the appointment date and appointment resolution numbers for multiple members and multiple boards. M 10.21. Ability to generate and print the welcome letters based on templates, to members, and ability to save those letters in the Electronic Records management System (ERMS) and apply metadata. M 10.22. Ability to automatically capture/record the dates when the welcome letters are send. M 10.23. Ability to provide reminders to the user about the members who has not submitted the required completed forms. M 10.24. Ability to generate thank you letters from predefined templates for all members whose term ended for one reason or other. M 10.25. Ability to send reminder letters and/or emails to board members based on templates. These letters are to be sent when their term terminates with at least a 30 day notice. M 10.26. Ability to attach the packets for the boards to the email and save the letters to ERMS. M 10.27. Ability to change the role of a member within a term period without creating a new office record: Within a term, a member may become vice chair and chair of the board. M 10.28. Ability to track the role changes within a board and within city. M 10.29. Ability to track the appointer (Commissioners may appoint members to various boards. The members appointed by them may continue to serve until the incoming commissioner appoints someone to that position. Also, it is possible that a commissioner may become a Mayor. The system should be able to differentiate the appointments made by the elected official who was a commissioner and Mayor.) M 10.30. 10.31. Ability to schedule meetings and maintain a calendar on the web M 10.32. Ability to cancel a meeting and maintain the M Page 50 of 97 Last Saved On. 3/19/2015 10:54:00 AM City of Miami, Ager«ra, and Meeting Management System Requirements RFP No. 472340 cancelled meeting information on the calendar and notify the City Clerk's office automatically of when a board meeting has been cancelled and/or rescheduled. 10.33. Ability to track the changes made to the calendar and access this log easily. M 10.34. Ability to trace the user name and time in the audit/tracking log when the changes are made to calendar M 10.35. Ability to capture the meeting cancellation reason and report them M 10.36. Ability to run report on the number of meetings scheduled, held, and cancelled for a date range. M 10.37. Attendance Requirements 10.38. Ability to capture the attendance of the members in a meeting. M 10.39. Ability to mark a particular absence as "excused" or NOT to be counted against the number of absences M 10.40. Ability to count the consecutive absences for each member in a given term and report them. M 10.41. Ability to count the number of absences for each member in a calendar year and report them. M 10.42. Ability to count the number of absences for each member in a given term and in a given year. M 10.43. Ability to select multiple members of a board and mark them as present/absent for a given date. M 10.44. Ability to make comments for the attendance (ex. Late arrival etc.) M 10.45. Ability to capture the attendance from the roll call for all boards that may use the system for agenda and minutes. M 10.46. Letters 10.47. Ability to create unlimited letter types (welcome, thank you, oath, disclosure information, etc.) M 10.48. Ability to create multiple templates for the same type of letter (more than one template for welcome letter depending on the board). For example, "Welcome Letter 1.doc and Welcome Letter 2.doc are two templates of the letter type welcome." Now the system should prevent assigning these two templates to a board as it may confuse the user. M Page 51 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requirirents RFP No. 472340 10.49. Ability to create various types of templates (welcome letters, thank you letters, oaths, disclosure information letters, reminders, requirements waiver letters etc.) M 10.50. Ability to use a single template for multiple boards M 10.51. Ability to assign which letter template to be used for each type for a board. M 10.52. Ability to use electronic signature. M 10.53. Ability to prepare the packets (which may include letter, forms, etc.) for each type of letter (welcome, thank you, etc.) and make it as one file for emailing/printing and sending. M 10.54. Ability to track the dates the packets are emailed/mailed M 10.55. Ability to remind or warn the user of pending letters to be sent based on the appointment or resignation or predefined dates for disclosure letters. M 10.56. Ability to capture the various compliances for each board member. M 10.57. Ability to add disclosure requirements and/or other requirements. M 10.58. Ability to capture the date of compliance. M 10.59. Ability to capture form(s) submitted for compliance (It is possible that the multiple forms are submitted on a single date for compliance) M 10.60. Ability to have the predefined list of compliance forms M 10.61. Ability to add compliance forms M 10.62. Ability to add comments to the compliance record (no signature, pages missing, not the correct form, etc.) M 10.63. Ability to check and warn whether the form submitted satisfies the disclosure requirements. P 10.64. Ability to create various custom reports with ability to drill down. 1. Current membership 2. Past members for a date range 3. Members appointed after a specific date 4. Board Member history 5. Members serving in multiple boards 6. Members appointed by a specific appointer 7. Various Compliance report 8. Various noncompliance report M Page 52 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, ( Agenda, and Meeting Management System Requirerents RFP No. 472340 9. Absence report 10. Liaisons reports 11. Upcoming appointments for an appointer 12. Upcoming appointments for a board 13. Reports on meetings 14. Members appointed in a specific year 15. Board members serving on a specific date (ex: yearend) 10.65. Ability to hide the confidential information from all reports. M Page 53 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag ada, and Meeting Management System Requirnents RFP No. 472340 11 INTEGRATION WITH ERMS Provide integration with our current enterprise wide Electronic Rerecords Management System (ERMS) which is Laserfiche. The City has all resolutions, ordinances, meeting agendas, minutes, etc. in Laserfiche. Currently, the integration with Laserfiche is not automated. The system should provide a seamless integration with Laserfiche with minimal manual intervention. Req # Requirement Req Type Compliance Comments 11. The following documents need to be stored in Laserfiche. 1. All agendas 2. All minutes 3. All Legislations 4. All discussion items 5. All reports 6. All public notices pertaining to commission and boards meetings. 7. All notifications that are send to board members M Page 54 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agemta, and Meeting Management System Requiretuents RFP No. 472340 12 DOCUMENTATION Req # Requirement Req Type Compliance Comments 12. Documentation Requirements 12.1. The vendor must provide a written Business Continuity Plan. This plan will be a product from analysis of the requirements and interviews with key project stakeholders. The model will contain but not be limited to: 1. Recovery Strategies; 2. Disaster Recovery Plan; 3. Planning, and Implementation; 4. Testing, Maintenance, and Training. This plan will be used to develop the implementation plan of the system. 12.2. The system documentation provided by the vendor shall contain sufficient database schematic documentation to identify all of the tables and a description of which tables can and must be maintained. A data model, including all data elements, entity relationship diagram, logical relationships and a diagram shall also be provided. 12.3. The system shall include a complete set of (a) technical documentation, (b) database and application documentation, and (c) end user documentation that will be delivered and considered as an integral part of the software solution. It shall be acceptable for the vendors to submit complete online sets of this documentation, integrated with its software solution, in meeting this requirement. Any online documentation shall be indexed and searchable. 12.4. The vendor must provide a Security Architecture Model. This model will be a product from analysis of the requirements and interviews with key project stakeholders. The model will contain but not be limited to: 1 Security policy, procedures, standards, baselines, and guidelines; 2 Risk analysis to assess availability, integrity, and confidentiality of protected information resources; 3 Information classification and controls; 4 Encryption, Authentication, and Authorization plans; 5 Establish roles, responsibilities and Page 55 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag " da, and Meeting Management System Requir tents REP No. 472340 access controls; 6 Development, operations, physical, network, security; 7 Business Continuity Plan; 8 Security Test Plans; 9 Breach recover plan; 10 Establish metrics for continued monitoring. This plan will be used to develop the design, development, implementation, and retirement of security technology and tools. Page 56 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag rraa, and Meeting Management System Requirements RFP No. 472340 13 SECURITY Req # Requirements Type Compliance Comments 13. 13.1. Authentication The system should support Microsoft Active directory as authentication method. The system must support a single sign on (only one user -id and password needed to fully utilize the system). M 13.2. Authorization The system shall provide the system administrator(s) the ability to grant different levels of access and authorization privileges and mechanism to identify who gets what access, such as Role -Based access rights. For example, the application must allow a city staff member to have a different level of access and authorization to various modules in the system. By way of further example, a designated city user might have full access and authorization privileges to view, modify, and delete data using the modules in the system. However, the system must provide the ability for system administrators to restrict a user's access and authorization privileges within the documents and video library modules (for example, only allowing read-only access). 13.3. The transaction audit log shall record the identification of the user and date and time of the attempted operation. M 13.4. _ The system architecture shall support centralized administration of application security features, roles and permissions. M 13.5. The system architecture and Page 57 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requirements RFP No. 472340 components should be flexible enough to allow interoperability with external security components such as firewalls, content filtering, intrusion prevention, etc. 13.6. The vendor shall participate in the development of a clear, enforceable security policy for the system, with input from City staff. M 13.7. In case if the solution must use its own credentials, it must provide full password management policy. It should include: • First -logos change • Periodic change, per policy/role • Admin reset • Self-service The system should support limitations to length, repetition, and choice of passwords. The system should limit location of access such as server, city workstation, or laptop for changing passwords. M 13.8. The system should also support automated display to the user of Date and Time of last system access. M 13.9. The system administration module should have separate access rights to manage Applications general Global settings, Local Program Settings and other administrative settings. M 13.10. The system shall log all user transactions in a user transaction audit log including data such as "before" and "after" copies of the change whenever there is change made by user. P 13.11. The system should capture pertinent information relative to the citizen access of the system for analytics. P A 13.12. Each audit log entry shall include additional audit trail information such as the type, reason, date, time, and user. M 13.13. Only the system administrator and users authorized by the system M Page 58of97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agen a, and Meeting Management System Requirements RFP No. 472340 administrator shall have access to read, search, copy, print, archive and purge the transaction audit log once retention period is met. 13.14. The system shall provide a database security management capability that allows at least two persons, identified by the City, to act as security and recovery managers, controlling access and authorization privileges for all other users. This capability will also leave an audit trail of changes that identify persons and changes made to the database. It shall be the responsibility of the vendor to specify and support City to successfully implement this security capability during the implementation. It shall be the responsibility of the vendor to support in the implementation the database management system in such a mariner that no one can circumvent the application software in such a manner as to gain unauthorized access to the underlying database. M 13.15. The software shall have the ability for the system administrator to establish granular role -based access permissions to various files, and or tables in the database. For example, the security managers might decide to establish "read-only" data access for all users in one department to every element of every record in the database. However, only a limited number of authorized users in the city might be able to "update" any data record in the File Library, but not have the ability to "delete" any record in the file. Only limited number of users might be authorized to view, add, create, delete, and print the address library file. This requirement shall provide the system security administrator an automated mechanism to establish M Page 59 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Require ents RFP No. 472340 and maintain security and access controls for all files and tables used within the solution. 13.16. The system shall allow field -level security at the user level. For example, certain users may not have privileges to modify particular fields on a screen, while other users might have the rights. M 13.17. The system will support separation of duties so that separate steps may be performed by different, identified personnel creating a need for collusion in order to manipulate the system or data (i.e. deletion of system objects, assigning privileges, authorization, and authentication, or any data change). All changes and users will be included in the audit log. M 13.1.8. The system shall provide the system administrator the ability to control which authorized users can edit and view the comment fields associated with a video record. M Page 60 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenaa, and Meeting Management System Requirements RFP No. 472340 14 ADMINISTRATION/SUPPORT Req # Requirements Type Compliance Comments 14. 14.1. Provide 24/7 Support to Systems Administrator(s) and technical staff. M 14.2. Provide 24/7 Support to end City staff users P 14.3. Provide summary reports about detailed site content usage (i.e. content popularity, # of streaming requests per month, concurrent live streaming requests, etc.) in the format and frequency determined by the City P 14.4. Allow for media Clip Administration tools to edit, trim and merge video. P 14.5. Monitor the feed 24/7 and prompt for appropriate action to resolve any issue in FOUR Hours. M 14.6. Provides custom website screens to match City look and feel for listing indexed content and display of video player as part of implementation M 14.7. Training, Maintenance and Support M 14.8. Provide training to all users M 14.9. Provide Training Manuals M 14.10. Provide a mechanism to capture public meetings conducted outside of the commission chambers for streaming video. M 14.11. Link documents (agenda and or minutes — which may have hyperlinks embedded in it ) from Meeting Management System to archived video directly associating documents/files with indexed segments of video content P 14.12. Support the city in creating Standard Operating Procedures for each of the meeting body M 14.13. Support City in modifying the standard operating procedures based on the policy changes. M Page 61 of 97 Last Saved On. 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Require 'ents RFP No. 472340 15 APPENDIX A — CURRENT ACTIONS FOR VARIOUS BOARDS ADOPTED ADOPTED as an emergency measure, waiving the requirement for two separate readings ADOPTED as an emergency measure, with modifications, waiving the requirement for two separate readings ADOPTED WITH MODIFICATIONS ADOPTED, Notwithstanding the Mayor's Veto AMENDED AMENDING APPROVE APPROVED APPROVED WITH CONDITIONS BACK TO FIRST READING CLOSED CLOSED AS EXONERATED CLOSED AS NO FINDING CLOSED AS NOT SUSTAINED CLOSED AS SUSTAINED CLOSED AS UNFOUNDED CONTINUED CORRESPONDENCE MADE DEFERRED DELIVERED DENIED DENIED BY PZAB, DENIED BY THE ZONING BOARD, DIRECTED DISCUSSED DISMISSED WITHOUT PREJUDICE DISSMISSED WITH PREJUDICE FAILED HEARD HEARING TO BE CONTINUED INDEFINITELY DEFERRED MOTION MOTION TO DEFER MOTION TO DENY NO ACTION TAKEN NO ACTION TAKEN on the vetoed item NO MAYORAL VETOES NOT PRESENTED NOTIFIED PASSED ON FIRST READING PASSED ON FIRST READING WITH MODIFICATIONS PRESENTED RECEIVED AND FILED Recommended Approval Recommended Approval with Conditions Page 62 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenua, and Meeting Management System Requirements RFP No. 472340 Recommended Approval with Modifications Recommended Denial RECONSIDERED REMANDED TO FIRST READING DUE TO SUBSTANTIAL CHANGES REMANDED TO HISTORIC & ENVIRONMENTAL PRESERVATION BOARD REMANDED TO PLANNING ADVISORY BOARD REMANDED TO ZONING BOARD REPEALED REPEALING RESCHEDULE RESCIND RESCINDED RESCINDED BY ADMINISTRATIVE ORDER RESCINDING Returned unsigned by the Mayor Review Pending Reviewed and Approved Reviewed and Disapproved SETTLED Signed and Attested by City Clerk Signed by the CRA Chair Signed by the Mayor TABLED Vetoed by the Mayor WITHDRAWN Page 63 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requir !dents RFP No, 472340 16 APPENDIX B- SAMPLE MASTER REPORT This sample report will provide an example of multiple versions, multiple enactment numbers, enactment numbers at lower boards, enactment number at commission level, and multiple attachments. File Number: C14431208 Version: 12 City of Miami Master Report File Number: 04-01202 File Type: Resolution Reference: Requester Cost File Name: Class II Appeal -5101 Wagillund 2E4l0 Pan American Edge Miami, FL 3313 weiw.nitamigmi.com Status Passed cDritratTkij Body: Office of the C7 Clerk Introduced: 1 0/20i2004 Rnal ACtiOn: 05t27;2010 Titte: A RESOLUTION OF TBE MIAMI CITYCOMESSION, WITH ATTACEEENT(S1 DENIM THE APPEAL BY MEMO= CIVIOASSOCIATIW INC AND ROD ALONSO, RON STEBEINS3 CCM' CRAWFORD AN13 ELVIS CRI12; AFRRMINGTHE DECISION OF= EON -WO BOARD, THEREBY APPFLOVINO, THE CLASS It SPEClAL PERMIT API] LICATIONNO. 03-030, IS SUED BYTBE PLADENDDIRECTORONTELY 21, MN TO ALLOWNEW CONSTRUCTM, SUBJECT TO THE MODIFICATIMS AS AREPROWERD LOCATED AT APPRCEMIATELY 501 BISCAYNE BOULEVARD, UAW, FLORD3A_ "tt • '• .Y , Notes: f"Fyo*-g-kf-*:op,:p4-cq:, 2-6 a-c4,0,A4igqi IJir Code Sections: Agenda Date: 0E127201E indexes: Agenda Mosher Sporksors: Enactment:Date: 05.1271:201E Attachments: 04-01208 Zoning itglep.pa04-0120EAenal EnachnertNumber: ,R-10-0220 Map.pdt04-01208ZB 1044414 Reso.PDF,04-01208 Exhibit A.PDP,04-0 1208 Class I I Appeal Letter.PDF,C4012D8 Clew II Referral.PDF.04-0 1208 Class II :Final Decision.PDF,04-01208 UDRB iReso.PDF,04-01208 Leftslation (Vesion 2).PDF,04-0 1208 Legislation Weision 2).PDF,0401208 Exhibit A.PDP,M1208ZB Apeill .Letter,PDP,040 12E18 Plans.PDP,04-01208-Subrittel-l.pdf,04-01208-Stibmill 41-2.pdf01-01208-Eubrriftl-pdf,04-01208-Submittal- 44cif,04,0121:18-Subtriltiall-Marcus-5.pdt04-012Sub Mittal-6.pdf,0401208-Subefrits1-7.odf,VIDEO 4-012080C 1 1-184J4 Fad Sheetpdt04-01208 CC 00-26415ra ctSheetpdt 0441208 CC 07-28-05 Fad Sheet pdf,04-01208 0C 07-28-05 Fact Sheetpdf0401208-suhrnitlaipdf04-01208-subeiltell. pdf,0401208ZB 02-20-07faciShettpcif,0401208 Ea 04-09,07 Fact Sheetpdt04-01208 ZB 05-21-07 Fad Eiheetpdf044:11200ZB 07-08-01Fact Sheetpdf0-4-012082B07-09-07Reso.PDF,04-012till Orly Attorney Page 64 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agerma, and Meeting Management System Requirements RFP No. 472340 Doou crenis.pdf,04-01200 October4, 2001 ZB Tremor:10.ga, Ci.1-0 1200 CO I 0-2507 Legislation (Version 0).pdf,04-0 1203 OC 1 0-254.17Legialation ftfersion 7).pdt04-012080C 1 0-25-07 Fact Streetp ciFC14-01208 CC 02-23-07-Fact Sheetp &Ali-01203Z ribrrittal-Cornponclence-Arthur J, Marcus.pc1F,04431200-Su,brcritiaWerno-Rafael Suarez-ftives.pdf,04-0 1200-Subrnittal-Ghronelcgy.pctf0 1-01200-Subnitial-Oorresponderioe-Susan.E. Trenott.prit04-01200-Blibrdittal-PowerPoint PresentationEhris Ortizoctf,04-41121:13 CC 04-22-10 Legislation (Version 10)g (W.044120,3 CC 04-22-10 Legislation (Version 1 1 ).pdf04-01208 OC 04-M-10 Fact Sheet.pcff,0401208: CC Fully -Executed Legislaton (Version 1 0)43 df,04-01200 OC Futly-Executecl Legislation (Version 1 1),pdr,04-012030C 00-27-10 Fact Sheet.pcfr,044:11020-Subniffal-Mike Sasire.pelf, History of Legislative File ..tritT-. Athaay: Date: Atton: Stet To: Due Date: Ftettmo Rano: taster 3 City Commission 3 Office of the Mayor 3 CH' _ the lirlyClerit 3 City Cornrnission 3 Ottrt the QtyAltamey Office of the City Attorney 2 Office of the CityAtterney 1ulity Commtsson 1 City Commission 3 ritnnet tne mayor 3 Office c4 the CityCerk 4 AkOikalit4 4 Zoning Board •etty of Miami mom Ayes: 4 Coottrusalowtsj'ticezato., Winton, Samcdtm. and Allen Ai:dent 11 Corm tastonertsilliegatacto 2J0 Y2034 Signed by the Mayor Off of the City Clark 21 02117.104 Stalled and Attorted by Oily Clerk 149AMIMPANAPW? 17/10217J4 lietteend Approved efir24,M eviewedand Approved 05,124t2005 eviewed end Approved %I:4V Ait44 VINMINVW 97MAN AANTINIM1 k;,19MM ADOPTED Ayes: 4 Cornrairdocer(a)Goazalec, Warm, Sandecsmd Allen Absent 1 Cornatissione(s)Resiat dar23,r2110b agned. by trte Mawr' Mineot ttte uity Clerk Pass Pass 00/26,2005 aped and Atteartd try City Clark 97P,AMT PANTOM Fess Ayes: 7 iMeiniter Angsr4:! Mender Chades,94.mat; Minter Deana Hentendez-:AoPie, meisonJuverrel MairiberMigrel A.aa„tAg. [Montier Non Cordortand MemberHretEtertini Absent MeraterJoswn 3V,,RrEgg, 04/0912007 CONTINUE) Pass Aldred on :MOO/ Page 65 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Regtureinents RFP No. 472340 10 Moe oil. Itte CityAtorney Office of the CityAttaney 11 CAPOO.: PRIPAMOOP 12 Office cif ihe Mayor PszarPoPtScrantritild, 4 Zoning Board 4 Zoning Board 5 City Comniesion 8 PAZION1g0 uttice at the Mawr Ayes'. Member An:544We, MetnbeetatiesgA10510 Waite Joseph Mow& tiirpeson Juvertalt.M, M eater Mail A.:WeanalMearber COrnernrce Skiver Absent 3 :Member Deara tterrerar,m-Acoa.a iMeMber lionCodon MenberNet Seib 05121t2O07 COMMIE!) Pass Ayes.: 9 Member MO woo Member Chalks MenterJapp [Lois Lope& Memtet Jeseah Citirpasto Itivirod -Hr,ja[,[ Merger lapel A. WO, Member [RoniCair&O;Merriter Br ec Bea andMemter Cornetica Stifver Absent 1 MernterikaceiNernanft-Acosta 0710902.897 AMR WED: Pass 3 Member Ang44wAki, Member Ctarles„.; - • [ -atter Joseph CIAK [Citairpaem Javenairrn M eater [ A.,,c*I‘e, !Menter 'ROArt CO .itIMembes Stet Bann andiMerater Deraille.SWei 1 Member...low itwisilppez 1 Molter llama VerrandmAcoste Ayes: UM: Absent 10125/2007INUERNITELY DEFERRED, P22P74033WTH NtgAtttO, Ays: 4 Commine(s) Sarooff, Sanchez, liegelado andSpe Absent: 1 Commrtssioner(s) Cionzilez 00,f03/2.008 tpre d by 8* Maw Latce ,ot The City Clerk 3 Office off the CityClerk 0311012= Signed and Attat-d by City Clerk 8 Office of the City Attorney 94/93=8 Reviemedavi Approved Rota: Modifkations made hyLav 9 Office of the CityAttomey 94r21/2010 a:Tarsier:1i Approved wzirmiu lierwaredand Approved 0411/2010 Reilausdand Approved 91229 PARTPW. Ayes: 3 Commissioner(s) Sort, Same and Dann I I Absent: 2 Com Miss'ionets) Caro& erd Scam Pass Pass LEW71.X019 Aciae1PrkWTHPass Ayes: ,43 L:ucimmitrnt[icats) Carono, tiort, Saloon Buarevand Dem t I 9C0712010 Sigoed by The Mayor Office of die City cIaik 12 Once ot the Uitycteri: 0010 :72010 Signe:1mnd Mated by City Clerk 12 Office of the City Money 87/M2010 Reviezredand Approved NetH LA I tC[11,/3 MLELIY LAW coor malt Fagea Aldred on lint/Nil Page 66 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenua, and Meeting Management System Requirements RFP No. 472340 Text of L islative Fite 04-0120B A !RESOLUTION OF THEMI AMI CITY COMM ISS parA ATTACHMENT(S), DENYING THEAPPEALBY MORNIMSIDECIVIC ASSOCIATION, INC. AND !ROD ALONSO;RON STEBBINS., SCOTT CRAWFORD AND ELVIS CRUZ; AFFERMINGTHE DECIS ION OF THE ZONING BOARD, THEREBYAPPROVINGTHE CLASS II, SPEC I ALP ERMI T APPL !CATION NO. 0340 03, ISSUED BYTHE PLANNI,NGDIRECTOR ON JULY21, 2004,TO ALLOWNEWOONSTRUCTION, SUBJECT TO THEMOD IFICATIONS AS. AREPiROMED HEREI,N, LOCATED AT APPROXIMATELY-5101 BISCAYNEBOULEVARD,MIAL41, FLORIDA. WHEREAS, an appeal cif the Zoning Board deckion ofOctober 4, 2004, Which denied the appeal challenging the issuance of the Clam II Spetial Permit a nd g ranted theaass I I Special ,Perrnitforth eproposed:proect to be butht101 Biscayne Boulevard, Miami', Ronda, filed by the .MarningaideCivio Association, Inc and Rad Norma, ,Ron Stebbirs, Scott Crawford and Elvis Cruz; and WHEREAS, the Orty Commkalan, a .5m-careful considera Jinn of this matter, including, legal argurrientof counsel %Title !respective parties, and the eVidence presented at theZoning Board, finds theapplication for Class II Special Perrnit does meetthe applicable irequirements i1 Zoning Ord Inmate Na 11000, as amen dad rZoning Ordinance% and dew it a dvisable a nd in the be4 interest ftheg enerel welf,are ftil e City Offollarril a rid its inhabit,' anis to deny the appeal and affirm, subject to certain corxiitons a rid modificationsproslded herein, thedecision of th Zoning Board and the Planning !Directorand deny the appeal &Class I I Special Permit asheraineffer set faith; and WHEREAS, the City Commission has made mrtain mitten findings and determinations based o:n the proVisions of§1305 of theZoning Ordinance, which provide, 1n part, that conditional apprivals may bemadewh en certain conditions arerequired in orderforspecial permitsta bath und in compliance With all applicable criteria , and they have been ,used to eppmve, the Glass II Specie !Perot farthis new con Struction, suited to the cordillera and safeguards setforth in Septkin 1305 of the Zoning Ord inance.; NOW, 711E.REFORE, BE IT RESOLVE.DBY THECOMMISSIONOF TFiE rryoF MIAMI, !FLORIDA ae„.ottp4„, The Teaitak and find contained in the Preanibileto this Resrilution are adopted by referenceand inixuporafed a sif fully set forth in this Section Avg:19,02,, The detkion oftheZonlng Board t,o cle:ny the appeal byMominikideCNic Association, Inc. ond Rod Aionso Ron Stehbine Scott Cra Ward and Elvis Cruz, of Clam I I Speciel Permit appllcafionfle. 03-0309es ued by the Planning !Dire -dorm lily 21, 2004, to alkiw ;new construction for the pi tiieityloosteri atmtay5101 'Biscayne Boulevard, Mierni, Flo, ;rick, vs legally d,...oriberl in attached m:ExhitriitA,'Is affirmed , and to allow the Class II Special Pennith Wm Fad and approved; protkling• howeve r, it is subject to the mad Neatens, co nrfrtkans and sa fegutii setforth herein. aection,3x Section 1305 of theZoning Ordinance, asit elcisted in 2003 When this application was filed. forth is Class II Spedal 1,7:enTrit forth liairE0i, to be located a 0101 Biscayne Boulevard , a s proposed by the Applican tare arnong theapplicebleregtilationsforthis Palled. The City Osmoisgon talesnofice of theproVisions §1305in their consideration ofthis appeal based on therecard recelited from theaning !Board (this decision is based upon the irecord train theZoning Board a.rid %merit& ohu mei). The.C40ornrriission takes natice of the folloWing sections of Meaning Ordinanceas exkted in 2003: (Ord. No. 108E3, Conskl erationsg einerally; standards, findin gs a nd detemiinations required. As a pp mpriate th e ature fthe special permitinvolved nd thepatimila circum-Aancesof the case, the fallowing considerakris and standanis shall apply generally, in adAition to any other standaidaand requirement set forth concerning thedass or kind of pewit being considered. City agent, agencies, cubes rds charged with decisions concerning spade] pemits shell ma c r cause to be made, written findingsa nd determinatiors concerning such of the following metiers as are appricable In the case , shall fe Sect such conAd eration s a od standards specifically in the reooni, and shell he ed by suet' considerations and R4 Prirnaa on :MAIM Page 67 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requirements RFF No. 472340 staaclats.in theirderielana MS tO issuance of pernih, with arwithout canittiorm end safeguards orderr applications. 1305.1., Ingress and egress. Review fora d equecy Shell be given ta ingess and egress to tlh aproperty Br struclure and t.l.zP• thereon with pa rticularrefere•noeto gut motive and pedestfian safety end convenience, baffle flow and contra and acoSin case of fire orotherernergency. 1 305.2. gystmetparking and loading. Review tbraciec uscy shall be given to oflateAparking and loading facifiti as related to adjace ntstreets, with particularreference to automuive and peciestian safely and convenience, internal traffic flows nd control, arrangement in relation term:own caseof fire or atheremergeroy, and screening and la:ndscaping. 1305.3. Refusea.nd service execs. Review foradequscy Shall begiven thelocation, scale, design, and sareeningefrefuse and seri:imams; tothe mannerin which l'efuseis to ha stored ; and tottakgamegand timing ofrafisecollention arid deliveries stdpmenis, arotherserviceactivilles, es such Matters relate to the locatiori a nd nature ciftreeson adjoining properties and tote location and character/a f adjoining public ways 1 305.4. •tigria mrodliglitire . . Review fbradecfusoyzham begiven thentiniber, size, diens afar, location, and Oriente-fon of proposed signs, and of proposed Eglifing forst mend paernees' , With partotilarrefer-enceta trafflosafety tare, a d corripatibility and • , harmony Mth adjoining end nearbYprcipertY and tbecharacterof thee*. • , ,; 1 305.5.'Utilities. , • , Revlew foraclequacy shall be giVen id required, with parlicularreferenceteavallability and caPadty of SyStaritS, location ofoonn potions, anal potentially a &arse Si:spr-amma arotheradverse effects on adjoining and nearby property an d theaharacter of the area. ' '" • . 1 305.6. !Drain% " •- Review foreideqbacy Shell b e given to'provision fordrattail% With partiodlarreferanteteeffect onadjoining and nearby pripertiet ordain general drain rage. SySterns rtri Meares . Where Majordratinageyalurnie appearlik4 Cod capacity ofavallable systems is found Imaginal or inadequate, consideration' shell be given to passibilitli for rechargeof roundwatersu poly an theproperty, temporary irstention With gradual diwheige, oratherreme del 1 305.7. ;Preservation afnatural feettnes. Review farappropriatens shell ibegiven proVelon for the presepeiton ore:misting vegetation and gedlogical fea tureswdienever possible Control of'polarrtiallyadoemeeffect generally. In addition tate Tetitamihaf MetalP Aetna, find:Meted above, as eponym: tete the. partioulerdass firkin of special parmit and" the circ urretanc afthe pa diculaicase, review forappnapilateneasahall 134 giventapotentially ctverse effects generaly pri adjairing ind nearby prpeedies. Me area the neighborhood"; or the city, oftfieuSe Mr occupancy as. !proposed, aritelocatkii...borstructon, dmign, Character, Scale or manner of opefatian. Where spah !potentialy adverse effecfrare founakaansideratonshal begiven tospeciel remedial measures.' appro-priate in the parficUer circumstances oftheresainCluding screening orbutaing, land-Scaping, mire] of mannerorthatte of cPer.aticm, alteration of proposed d-.;tn orconAruction of bawng5, relocation fproposed open soaoecralteraSan of use of etchspace, orsuch othenmeasures as are required t.o. assure th sudi :potential adverse effects will be eBniinated or rain icited te the maximum 0:dart reaSonsbly feasible andthat the i..eaciciiccupency will be Ontripalble and harmoniout With otherdevalopment in thee ma ta. a degree Whitt wH avoid" SE istrifisi deceleration of the valueof nee The agent, agency, orbodyofthe city designated by this zoning ordnanceas having resporebility forissuanceor denial of each trf the ciceses especial pennitsset out In this article 1 3 shall ha ve authority toattach tothegrant c4 any suah special pemit su eh conditbnsand safeguards as may ben ecessaly forthepurpases of the zoning ordinance. in the partkularcase The City Commis...4km alsotakes notice oft '9073 .1 a nd t 907.3.2 of Zoning Ordinance 1 1000 as it existed in 2003 as fo Bows: 307.3 ..Selbacle and ileigtris mgarcang a buting lots. S07.3.1 . Rule =caning sethaeks whereabutting lots h aved riffeentzonin designations. In - the tlipeof case. the MOM rest -lams condition appliesto all development an both Sid of the. di4rici bounden" yrMJ PageS Parnild. on flt14/Oft Page 68 of 97 Last Saved On 3/19/2015 10:54:00 AM { City of Miami, Agenda, and Meeting Management System Requirements RFP No. 472340 ar 907.3:.. Ruconcerning heightof buldingsabutting residential! district. Wheradistricts aIIo ing building heights over forty (40I)feetabut residential distractsonthe rear, such a dditirsti beightsh all set became (1)foot in the horizontal for every t(2)addttionalfeetinthevertical dimens"io-n. ,gegiog,41, :Based upon the applicable pleVi neat Zoning Ordinance `I 1000 n effect in 2003 discussed byte COLITISel fartheApplicantr Developerandfcrtheor.final;AppellantinalusiveoftheNo:rningskle As lation,. Inc. and .furtherbasedo.nthe record distributed to -the Oily Commission for this appellate hearing inconjunction with argLaments ofcounsel for the respective pa idenfrfredstove the following findings offast and deta min granssat farttrbeioware imacieby the Oily Car sion With respect to the sut ctpro .. (1) The Zoning Board in its 2004decision referenced in V *Mt Resolution did ncitapplythe correctlawoir Misapplied thelaw,1.e. did not observe the essential require meats °fie win its 2004decsion, failing to req uire any setback at ell for the Prnjecton this Property in that, the Properly abuts the MornirngsideNeighborhood, a single fsm7yresidentaldistrict, therncstreWeise setback was =required under§307.3.2'aaftheZcningOrdinancethen in effect, orsitems lively,the sAtatt, should have been included fir the Project asrequiredby§B07.3.1: (?) The Zoning Boa rd in its 2004 decision did not apply the correct 4w„ .e. did nota t>serve the essential requirernentsoflaw in rts2004decision, in falling tocorsiderthe§ 13t15corsiderstiarsre!tefrveto this Projector! the Property, .notably iinfalfngtoaddressorcon dertheCosntolofPotentallyAdverseImpactsunder§ 1305.3ofa ninety (90) foot rkell directly adoce.nt tosin gle: tinily homes; and (3) On appeal the Ctiy Cumnission ma3 affirm, leverse ormoditethe deerskin of theZoning Board andlin lightof the foregoing lbea arty Commission denW the B Appeal�6ut mod1f the dec"raon of the ZQrirgrd to require a thirty-f footheghtOmitfor.intProject asr he:Propesrty.. These findings have.beenansdebythe Gay Obromission t€rapprove.th"rsinsolent, asmodified, with con ditions stated in this Resolution.. a g This Re lu;t shell be effecikelmrnedaielyupons adoption and signature oftha: Vas, 11 {1 lathe Mayor does not sign tilt Resciution.. it shall tiecomeeffectrve at the end of ten calendsrdaystra m the date it was passed andadopted. Ifthe Msyorvetoes this Resdiut n, it shall become steam immediately upon mentiade of the veto by theCm+ion.. Ctryontilaml Frrracd,cw .ffJP4 erp Page 69 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Require' ents RFP No. 472340 17 APPENDIX C — SAMPLE MAYOR SIGNATURE REPORT The first and last pages of the Mayor Signature Report are given below. The cover letter for this report also needs to be generated automatically. City of Miami Mayor Signature Report Meeting Date: October 13, 2011 Ct. HAti a5.03 Pan ovrerl= Otte Mul, L3.3133 WYMIT13311VMODETI Fite IiIusTtber nee 'Enaotmerkt Number VI-007Se Resialkstibrk Enaanterit T4a Ft-11-0384 ARESOLUTION, OF THEIMIAMI CITY COMMISSION, WITH ATTACHMENT'tS), AUTHORIZING 'THE CITY ,MAMGER TO :EIKISCUTEAREVOCABLE LICENSE. AGREENtarr, IN SUBSTANTIALLY THEATTACHIED FORM , 13ETWEEN THECI-De OF 'MIAMI ,rCITY'l AND THEIDADE HERITAGETRUST, INC.. AFL NON-PROFIT CORPORATION el_10341SEE1, FOR THE USE OF APP.ROXIMATELY 1,457 SQUAREFEET OF CITY -OWNED morortv LOCMED AT 190 SOUTHEAST 12 TERRACE, MIAMI. FLORIDA, IFoR THE PURPOSE OF PROVIDING SAFE FOR LICEN`TT'S OPERATION , COMMENCING FROM THE EFFECTIVE DATE, WITH THE LICENSEE TO ]RAYAMONTHLYUSE,FEE to THE C.NTY or iFL5TY iDOLLARS {SEC), !PLUS:STATE OF FLORIDA:USE Vat IF APFlinAFti WITH ADDITIONAL TERMSAND CONDITIONS.060 MORE FAFMCLELARLY SET iFORT11 INSAO AGREEMENT . sign 11-00S41 Resokkktord Ertactrrient No: R-11 5 ARESOLUTION OF THE TWIANA CITY COMMISSION AUTHORIZING FAYII4ia4r TO C.A. fruTECHANICAL, IN AN AMOUNT NOT TO EICCEED $1:a73,327, FOR EIVITERGENth'Al CONDMOKAING REFAIRSAT wzitauscrrr OF MIAMI FOUCE DEPARTMENT FACIUTIES THE =0,000 CONTRACTAMOUNT: ALLOCATING FUNDS FROM, THE GENERAL FUND, ACCOUNT NO. 00001.1S1601.548000.0000. Sign, El met. El Pages 2-18 are not included in this rineiirnent. clEynflitarol: Paga 1- Or IA- PrIrMICtra II/M2011 Page 70 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agentia, and Meeting Management System Requirements RFP No. 472340 File Number Title lEnaotment Number 11410972 iReseitution Eneobnent fte:R41.43419 ARESOLIJ11QN OF THE MIMI! CITie COIMI MON !FA -TENDING THE HOURS OF SALE FOR ALCOHOLIC BEVERAGES FOR CONSUMPTION ON THE PREASES OF CHURCHILL'S LevtON CITYOASIS, LOCATED AT 5501iNORTHEAST 2ND MENUE, MIAMI, FLORIDA, 10 ACCOMODATE THE RUGBY WORLD CUP,ON OCTOBER 15, 2)11, FROM200 AM TO&OOAM OCTOBER 115, 2111, FROM 300 AM TO 8:00 AM OCTOBER 21, 2011, iFROM200 AM TO 5:00 A.M, AND OCTOBER 2)11, FROM 3:00 AM. TO 0.00AM, FURSUANT TO CHAPTER *ARTICLE 11SEOTION 43, ENTITLED 'ALCOHOLIC BEVERAGES/IN GENERALMOURS DURING WHICH SALES:ALLOWED; EUNDArSALES.7 Sin 1Mayor Tomas Fiegalado Date Mayor The 5 Fosters of the rnayne indiostis revise and actien fa the bens (R-11-0394, R-1140395, IR-1141M9, iR-11-0289, R-11-0393, R-11-0397, R-11-0400, IR-11-0401, iR-114141Z R-11-0403, R-11-0404. R-1141405, R-11-0393, 13209, R-11-0407, R-11-0406, R-1141402, R-1143409 R-11-0412, iR-1143410, R-11-0411, R-114)417, R-11-0418, R-11-0419, R-11-0420, R-11-0421], iR-11-0422, Ft-11-0423, R-11-0424, R-11-042 R-114)42), R-1141427, R-11-0420, R-11-0429, R-11-0420, R-11-0431, R-11-0432, R11-0433, R-11-0434, 1R-11-043 R-11-0435, iR-11-0437, R-11-0420, R-11-0439, R-114413, R-11-0414, R-11-0415, iR-11-0418), If arty item net indicate a detertriinatico to signor vetch the Items:hall he deemed to take effect ID days from the date ef the City ComrnissionActiort. ATTEST; Priscilla A. Thompson Date City Clerk Cry Dr Mara Pogo nor i Mama al, 11.15121711 Page 71 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Require rents RFP No. 472340 18 APPENDIX D: SIMPLE USE CASE — SUBMITTING AN AGENDA ITEM 1. Department Director or liaison submits an agenda Item for the Commission meeting a. Item may need to be reworded or additional documentation provide. 2. If item requires budget or Purchasing approval, must be reviewed by budget 3. If the item requires an agreement or contract it must be reviewed and accept by Law a. LSR is required b. Negotiations with Vendor c. Contract ready for Manager's signature. 4. The Department must submit signed template for item requiring signatures from a. Director b. Budget/CIP c. Purchase d. Risk if needs e. Operational or Infrastructure Chief Signature ( Alice Bravo/ Cabrera f. City Manager 5. Item is approved for Commission meeting 6. If legislation require for submission under item 3, Law crafts or writes the legislation for the item. 7. Legislation is sent for review and acceptance a. Lawyer crafting legislation b. Chief Deputy Attorney c. City Attorney 8. Item is reviewed by Agenda Officer. a. Review backup documentation i. Summary form ii. Bid approvals (if needed) 1. RFP results 2. IFQ Results iii. Agreements or Contracts (if needed) iv. Public notice (if needed) 1. Sole Source/Bid waiver of Competitive bidding 2. Public hearing notice v. Review Legislation 9. Agenda is proofed for submission and printing 10. Agenda is printed, published on web and distributed to City Offices. (5 Business days) 11. Agenda item - Page 72 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, � d Agenda, and Meeting Management System Requirements RFP No. 472340 19 APPENDIX E: SUMMARY SHEET AND FACT SHEETS Sample Summary Sheet rya • a.� Date: 12%12/11 AGENDA ITEM SUMMARY FORM FILEID: 9l_011% Requesting Department: CiP 'Commission MeetingDate: 1/12/12 Distriet(s) Impacted: All Type: Resolution ❑ Ordinance ® Emergency Ordinance ® Discussion Item ❑ Other Subject: Resolution to approve Amendment No. I to the Professional Services Agreements with A&P Consulting Transportation Engineers, Corp., ADA Engineering, Inc., and the Corradino Group, Inc., for the provision of Miscellaneous Construction Engineering and Inspection Services. Purpose of Item: To authorize an increase to the Professional Services Agreements. (Agreements) with A&P Consulting Transportation Engineers, Corp., ADA Engineering, Inc., and the Corradino Group, Inc,, for the provision of Construction Engineering and Inspection Services, in an amount not to exceed $500,000, thereby increasing the total contract amount for each firm from $500,000, to an amount not to exceed $1,000,000. Further authorizing the City Manager to execute Amendment No, 1 to the Agreements with each firm, • Law Department Matter ID No. Background Information: • On May 24, 2011, pursuant to Request for ,Qualifications No. 09-10-016, the City of Miami ("City")'executed Professional Services Agreements ("Agreements") with A&P Consulting Transportation' Engineers, Corp., ADA Engineering, Inc., and the Corradino Group, Inc., for the provision of Miscellaneous Construction Engineering and Inspection Services in an amount not to exceed $500,000. The original- expenditure limits of $500,000 per firm has diminished by varied but significant amounts based on the volume of work assigned to each firm and the complexity of the projects assigned. • The current 'remaining contract balance is not sufficient to cover the costs anticipated for various ongoing projects such as Mary Brickell. Village Drainage Improvements, Downtown Streetscape (west portion) and multiple Miami River Greenway Projects. It is therefore -necessary to enter into Amendment No. 1 with each firm, increasing the agreements by $500,000, from $500,000 to a final not to exceed amount of S1,000,000. Budget Impact Analysis NO Is this item related to revenue? • YES Is this item an expenditure? If so, please identify funding source below. • General Account No: Special Revenue Account No: CIP Project No: Various NO Is this item funded by homeland Defense/Neighborhood Improvement Bonds? Start Up Capital Cost: ° Maintenance Cost: Total Fiscal Impact: ' Mal Approvals (SIGN AND DATE) CIF' • • N/A Budget Magi's n".._IL41:0111tRa. Grants/A Risk Management Dept. Director hief 2-Z2 1( City Manager Page lofl • af�pa N/A A Page 73 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Sample Fact Sheet File ID.: Title: Location: Applicantis): Zoning: Purpose: FinciiIng(s): 1Planning and.Zoning Department Recommendation: Analysis: Planning, Zoning and Appeals Board: Note(s): City COMMiSS1 0111 Agenda, and Meeting Management System RequtreMents RFP No. 472340 CITY COMM/SSION FACT SHEET 1G-11:1096eno PZ.1 A RESOLUTION OF THE. MIAMI OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), APPROVING A !MODIFICATION TO A DECLARATION OF RESTRICTIVE COVENANTS DATED .MARCH .31„ 1997 AND RECORDED IN OFFICIAL RECORDS BOOK 17604, PAGES 3735-3770 OF THE PUBLIC !RECORDS OF MIAMI-DADE COUNTY, FLORIDA, FOR THE PROPERTY LOCATED AT APPROXIMATELY 1900 BRICKELL AVENUE, MIAMI„ FLORIDA.. Approximately 1900 iBrickell Avenue [Commissioner Marc David Sarnaff - District 2] Carlos J. Gimenez, Esquire, cm behalf of Dr. •Jorge Suarez -Menendez, Owner 121 Alhambra Plaza, 102' Floor Coral Gables, FL 33134 (305) 282-4433 T5-R Urban Center Zone (Miami 21) R-3 Multifamily MediUm-Density Residential {Ordnance 11000) This proposed modification WEI amend certain restrictions to the existing covenant. Approval with conditions. See supporting documentation. Recommends approval with conditions on January 19, 2611 by.a vote of 9-0. See Exhibit "1for conditions. Deferred on March 24, 2011, May 26, 2011 and Juty 28, 2011. Page 74 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agrrtla, and Meeting Management System Requirements RFP No. 472340 Page 75 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requiredients RFP No. 472340 20 APPENDIX F: SAMPLE AGENDA [Meeting Tate and [Name of City of Miami City Hail 3500 Pan American Drive Miami, FL 33133 www.miamigov. COM Meeting Agenda Thursday, April 12, 20/2 9:00 AM REGULAR DRAFT City Hail Commission Chambers City Commission Tomas Regalado, Mayor Francis Suarez, Chairman Marc David Samok Vice -Chairman Wifrerlo {Willy) Gam Commissioner District One Frank Caiorkf, Commissioner Disnrict Three MkhelfeSpence-Jones, Commissioner Markt Five Johnny Marline; City Manager Julie a Bro., Ciiy Attorney Priscilla A. Thompson, Cy Clerk Location Names of the of Page 76 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agetwa, and Meeting Management System Requirements RFF No. 472340 City Commission Meeting Agorida April 12.2012 ANY PERSON WHO ACTS AS A LOBBYIST PURSUANT TO CITY OF MIAMI ORDINANCE NO. 11469, CODIFIED IN CHAPTER 2, ARTICLE VI OF THE 'CITY CODE, MUST REGISTER WITH THE CITY CLERK, PRIOR TO ENGAGING IN LOBBYING ACTIVITIES BEFORE CITY STAFF, BOARDS AND COMMITTEES AND THE CITY COMMISSION. A COPYOF SAID ORDINANCE IS AVAILABLE IN THE OFFICE OF THE CITY CLERK, •CITY HALL. ANY PERSON OR ENTITY REQUESTING APPROVAL, RELIEF OR 'OTHER ACTION FROM THE CITY COMMISSION OR ANY OF rrs BOARDS, AUTHORITIES, AGENCIES, COUNCILS OR COMMITTEES CONCERNING ANY ISSUE, SHALL DISCLOSE IN iwriniG, AT THE COMMENCEMENT (OR CONTRIDANCE) OF THE HEARING(S) ON THE ISSUE THE FOLLOWING INFORMATION: 1. 'WHETHER ANY CONSIDERATION HAS. BEEN PROVIDED OR COMMITTED„ DIRECTLY, OR ON ITS BEHALF, TO ANY' ENTITY OR PERSON FOR AN .AGREEMENT TO SUPPoDT WITHHOLD OBJECTION TO THE REQUESTED APPROVAL, RELIEF OR ACM Standard Text 2. TO WHOM THE CONSIDERATION HAS BEEN: PROVIDED OR COMMITTED a. THE NATURE OF THE CONSIDERATION,.AND That 1S placed on 4. A DESCRIPTION OF WHAT 15 BEING REQUESTED IN 'EXCHANGE. FOR Tlik. CONSIDERATION. THE DISCLOSURE FORM WHICH IS AVAILABLE FROM THE CRY CLERK MUST BE READ INTO THE RECORD BY THE REQUESTING PERSON OR ENTITY PRIOR TO SUBMISSION TO THE SECRETARY/CLERK OF THE RESPECTIVE BOARD. PURSUANT TO SECTION 4(g)(5) OF THE CHARTER OF MIAMI1 FLORIDA„ THE MAYOR MAY VETO CERTAIN 'ITEMS APPROVED BY THE CITY COMMISSION WITHIN TEN CALENDAR DAYS FOLLOWING THE COMMISSION ACTION. THE COMMISSION MAY, AFTER THE VETO 'OCCURS, OVERRIDE SUCH VETO BY A FOUR -FIFTHS VOTE OF THE COMMISSIONERS THEN P RESENT,. ANY PERSON MAKING IMPERTINENT OR SLANDEROUS REMARKS OR WHO BECOMES BOISTEROUS WHILE ADDRESSING THE COMMISSION, SHALL. BE BARRED FROM FURTHER AUDIENCE BEFORE THE COMMISSION BY THE PRESIDING OFFICER,UNLESS PERMISSION TO CONTINUE OR AGAIN ADDRESS THE COMMISSION BE GRANTED BY THE MAJORITY VOTE OF THE CON/MISSION MEMBERS !PRESENT. NO .CLAPPING, APPLAUDING, HECKLING OR VERBAL OUTBURSTS IN SUPPORT OR OPPOSITION TO A SPEAKER OR HIS OR HER REMARKS SHALL BE PERMITTED, NO SIGNS OR PLACARDS SHALL BE ALLOWED IN THE COMMISSION CHAMBERS.. PERSONS EXITING THE COMMISSION CHAMBER SHALL DO SO QUIETLY. THIS PRINTED AGENDA IS DISTRIBUTED AT LEAST !FIVE DAYS BEFORE THE. MEETING, AND THE MATERIAL IN CONNECTION WITH EACH 'ITEM APPEARING ON THE AGENDA IS AVAILABLE FOR INSPECTION DURING, BUSINESS HOURS AT THE OFFICE OF THE CITY CLERK. IN CITY HALL, AT AGENDA OFFICE/MIAMI RIVERSIDE CENTER, OR ON-LINE AT WWW14 IAMIGOV.COM. ANY PERSON WHO SEEKS TO ADDRESS THE CITY COMMISSION ON ANY HEM APPEARING :IN THE. FOLLOWING PORTIONS OF THIS AGENDA: "CONSENT AGENDA; 'PUBLIC HEARINGS; OR "PUBLIC DISCUSSION" IS INVITED TO, DO SO AND SHALL AS SOON AS POSSIBLE INFORM THE CITY CLERK OF HISIHER DESIRE TO SPEAK, GIVING THE CITY OP clidiatut P.?P' PritrktimaIMMI Page 77 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, A e da, and Meeting Management System Requirk RFP No. 472340 City Commission Keeling Agenda April t2..2012 CLERK HISIIIER NAME. ATTHETIMETHE THE I EM IS HEARD, THAT PERSON SHOULD APPROACH THE MICROPHONE t"itiu w. rr TO BE RECOGNIZED BY THE PRESIDING OFFICER. x x * * • s x x x rt m x x it s : a x * .x Formal :action may be taken on any itern discussed or added to this Agenda. .Any person, or persons, welshing to appeal any decisionn made by the City Commission with respect to any matter considered: at this meeting or hearing, will require a verbatim record of the proceeding upon which the appeal is based.. Any person with a disability requiring auxiliary aids and services for meetings may call the City Clerk's Office, 250 53E1, with` requests at least two business clays before the meeting date. * * * * 'Y % t * .! * 3 k R * * aE' * ,k x * The City Commission has established :a policy that the lunch' recess will :begin at the conclusion of deliberations of the agenda item being considered at Noon; further, Commissionmeetings. shall adjourn (a) at the conclusion of deliberation of :the agenda item being considered at 10 00 p.m., unless the time is extended by unanimous :agreement of .the members of the City Commission` then present or lb) at the conclusion of the regularly. scheduled agenda, whichever occurs first. This rule does not apply when the City Commission is engaged in its annual budget hearings (Ordinance 12586). Ciry:c rgrear i Page 78 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agei..ia, and Meeting Management System Requirements RFP No. 472340 City:Commission Ming Agenda April IZ,2012. CONTENTS Items ;may be heard in the numbered sequence or as announced by the Commission PR - PRESENTATIONS AND PROCLAMATIONS AM - APPROVING MINUTES MV - MAYORAL VETOES CA - CONSENT AGENDA Item 1 which is comprised of items _Through may be heard in the number sequence or as announced by the Commission PH - PUBLIC HEARINGS SR - SECOND READING ORDINANCES FR - FIRST READING ORDINANCES RE - RESOLUTION'S BC - BOARDS AND COMMITTEES DI - DISCUSSION ITEIVIS. MAYOR AND COMMISSIONERS" -ITEMS M - (MAYOR'S ITEMS Di - DISTRICT 1 ITEMS D2 - DISTRICT.2 ITEMS EX - !DISTRICT 3 ITEMS 134 - !DISTRICT 4 ITEMS DS - DISTRICT S 'ITEMS RV 4 Page 79 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag Mia, and Meeting Management System Requir dents RFP No. 472340 ClIrCourunission Meeting Agenda April 12, 2E112 9:0CIAA1 INVOCATION AND PLEDGE OF ALLEGIANCE PRESENTATIONS AND PROCLAMATIONS APPROVING THE MINUTE OF THE FOLLOWING MEETING: Regular Meeting of March 8, 2012 END OF APPROVING MINUTES MAYORAL VETOES (Pursuant to Section 4()(5) •of the charter of Miami, Florida, Item(s) vetoed by placed by the city clerk as the frst substantive Rem(s) for the cornmissilon consideration.) fShall be $ I S. gld gen) 12 Page 80 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agehaa, and Meeting Management System Requirements RFP No, 472340 City Cntskm Meeting Allem:Li April 12. 2012 CONSENT AGENDA Unless a member 0 the city -Commission wishes to remove a specific Item from this portion of the agerida, items CA through CA..(tast number) constitute the Consent Agenda_ These resolutions are self-explanatory and are not expected to -require addftionalireView or discussion_ " - recorded as individually numbered resolutions., adopted Unanimously by -the followStandard Text that "...that the Consent Agenda comprised of items CA.1 through CA.(rast number) be adopted...* The Presiding Officer or City Clerk shall state the folrowing: "'Before the vote on adopting items included in the ConsentAgenda is taken, is there anyone present who is an objector or proponent that wishes to speak on .any item in the ConsentAgenda. Hearing none, the vote on the adoption of the Consent Agenda will now betaken_ CA.1 1.2-013.2513 Dgpartmen. . fPalict CA.2 12-00259 Department of Falco RESOLUTION A RESOLUTION OF THE MIAMI -CITY ,COMMISSION, WITH ATFACHMENT(S), AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO THE LEASE AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, BETNEEN THE CITY OF MIAMI! AND MIAMI-DADE COUNT(FORME NORTH DISTRICT POLICE STATION LOCATED AT 1000 NORTHWEST 162ND STREET, MIAMI, FLORIDA331.27, TO COMPLY WITH THE FEDERAL EMERGENCY NLANAGEMENTAGENCYS CFENIA") GRANT CONDITIONS OF 1EXECUTING A MODEL ACKNOWLEDGEMEINFF OF CONDITIONS FOR 1MITIGATION OF PROPERTY IN A SPECIAL FLOOD HAZARD AREMNITH FEW GRANT FUNDS, IN SUBSTANTIALLY THE ATTACHED FORM. RESOLUTION A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), AUTHORIZING THE CIT( MANAGER TO ACCEPT.AN ASSIGNMENT OF A PROFESSIONAL SERVICES AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, FROM JAMES DEL VALLE TO JEW FORENSIC SERVICES INC., AMENDING THE ORIGINAL PROFESSIONALSERVICES AGREEMENT DATED JUNE 13, 20 CA3 RESOLUTION 12-00260 A:RESOLUTION OF THE MIAMI CM COMMISSION. ACCEPTING THE BIDS RECEIVED FEBRUARY 7, 2012 PURSUANT TO INVITATION FOR Dthnntof BID Na 290252, FROM VARIOUS RESPONSIVEAND RESPONSIBLE litrehas* BIDDERS, FOR THE SOUTHEAST :FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE FOR THE PURCHASE OF AUTOMOTIVE OILS, LUBRICANTS AND GREASES,. iON AN AS NEEDED CONTRACTUAL BASIS, FOR AN INITIAL 'CONTRACT PERIODOF ONE (1) VOA, WITH THE OPTION TO RENEW FOR THREE(3) ;ADDITIONAL ONE-YEAR PERIODS; ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS FROM THE USER DEPARTMENTS AND AGENCIES, SUBJECT TO THE AVAILABILITY OF FUNDS AND !BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING ADDITIONAL SUPPLIERS TO THE CONTRACTAS DEEMED IN THE BEST INTEREST OF THE CITY OF MIAML 9%fiatut Pgsv • .:',PrinValextra17,1012 Page 81 of 97 Last Savecl On 3/19/2015 10:54:00 AM City of Miami, Agitida, and Meeting Management System Requirents RFP No. 472340 City Commission Meeting Agenda April 12, 2 i2 CAS RESOLUTION A RESOLUTION OF THE MIIAMI CITY COMMISSION, WITH ATTACHMENT(S), GODESIG`NATING SOUTHWEST25TH AVENUE FROM COS WAYMOLITHWEST22NDSTFEErTOSOLTIHi ES1': 7TH STREET, I IAML FL RIDA, AS TEC MARIUS L. RF EROAVENIUE;" FURTHER DIRECTING THE CITY MANAGER TO INSTRUCT THE DIRECTOR OF PUBLIC WORKS TO TRA ISMITA DOPY OF THIS RESOLUTION TO THE HEREIN DESI GNA1 ED !OFFICES. 12-00290 Sponsors of the item Tt cnn1r1 hp SPONSORS: HONORABLE MAYOR TOMAS REGALADO CRALRMAN FRANCIS S.UAREZ END O.F CONSENT AGENDA rafaOJIi V7d1:l Page 82 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agettaa, and Meeting Management System Requirements RFP No. 472340 City COMIlliSSi011 Meeting Agenda April 12. 2012 PIL1 12-00262 Department of Public FciIii PUBLIC HEARING RESOLUTION A ,RESOLUTION OF THE MIAMI CITY COMMISSION, 7fAIITH ATTACHMENT(S)„ AUTHORIZING THE CITY MANAGER TO EXECUTE A ' GRANT OF EASEMENT, IN SLIBSTANTLALLY THE ATTACHED FORK TO FLORIDA, POWER AND .LIGHT COMPANY A FOR -PROFIT !FLORIDA CORPORATION, FOR A PERPETUAL, NON7-ExcLustvE iEASEMENT OF AN APPROXIMATELY TEN (10) FOOT WIDE STRIP OF CITY OF MIAMI (CEW) OWNED PROPERTY LOCATED AT 1415 SOUTHWEST 32 AVENUE, MIAMI, FLORIDA (ALSO KNOWN AS !CORAL GATE PARK), AS MORE PARTICULARLY DESCRIBED IN EXHISIVA7, ATIACHED AND INCORPORATED, FOR THE!CONSTRUCTION, OPERATION AND MAINTENANCE OF ELECTRIC UTILITY FACILITIES, WITH THE !RIGHT TO RECONSTRUCT,. IMPRO'VE, ADD TO, ENLARGE„ CHANGE .AND REMOVE ALL OR ANY OF THE FACILMES AND FOR NO OTHER FACILITIES" INSTALLATIONS UNLESS SPECIFICALLY REQUESTED BY THE CITY, WITHIN SAID EASEMENT. END OF PUBLIC HEARNG aryl/loud PRE o'.9' ..Ptiralana 22MIJI Page 83 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Regnir : tints RFP No. 472340 City'ConunIs ion Meeting Agenda Aped 12, 201:2 ORDINANCES -SECOND READING Note Any proposed! :ordinkan • lisp as an iterofor second realm En 61mis section may be adopted as are emergency measure tipon being determined by the City Commission. S RA 12-110256 Office of the Icy Amy History of the item ORDINANCE • SECOND READING AN ORDINANCE OF THE MIAMI CFTC' COMMISSION AMENDING CHAPTER 101: ARTICLE IV OP THE CODE OF THE CITY OF MFAh+II,. FLORIDA, AS AMENDED, ENTITLED "BUILDINGS/REGISTRATION OF VACANT„ BU(31 TED, UNSE LJRED OR ABANDONED STRUCTURES", MORE PARTICULARLY BY AMENDING SECTION 1 6, ENTITLED 'ENFORCEMENT, AUTHORIZING LEVY ACOLLECTION: OF SPECIAL ASSESSMENT: LIEN ; AND PROVIDING FOR THE ENFORCEMENT THEREOF; CONTAINING A SEVERABILITY CLAUSE AND PROVIDING FOR AN IMMEDIATE EFFECTIVE DATE DATE: MOVER: SECONDER; VOTE: ACTION INIARCI-I,22„ .2012 COMMISSIONER. SP"ENCE-JONES COMMISSIONER ci,apt LO AYE.S.:5-COMMilSSIOr COMMISSIONERIS) GORT,SARNOFF, CAROLI.0, SUAREZAN SPENCE-JONES PASSED ON FIRST READING -PASSED Piqgg :fA Page 84 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenua, and Meeting Management System RequireMents RFP No. 472340 City Commission Meeting Agenda April 12, 2012 SR1 ORDINANCE SECOND IREADING 124)010 AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 10LARTICIE ,OF THE CODE OF THE CITY. OF MM. Memagtes Wee. FLORIDA, AS AMENDEDENTITLED 'BUILDINGS/REGISTRATION OF VACANT, BLIGHTED, UNSECURED OR ABANDONED STRUCTURES", MORE PARTICULMLY BYdAMENDING SECTION 111163 ENTITLED "RESPONSIBILITIES OF OWNERS OF VACANT, BLIGHTER UNSECURED OR ABANDONED STRUCTURES!, TO ADD META= -COVERINGS TO THE LIST OF 1MATERIALS USED TO SECURE BLIGHTED, UNSECURED OR ABANDONED STRUCTURES; AND PROVIDING FORTHE ENFORCEMENT THEREOF; CONTAINING A SEVERABILITY CLAUSE AND PROVIDING FOR.AN IMMEDIATE EFFECTIVE DATE History of the item DATE: MOVER: SECONDER: VOTE: ACTION: FEBRUARY 23, 2012 COMMISSIONER GORT COMMISSIONER SPENCE-JONES AYES: 4 - rommlssxmcrgs) &QRT, SARNOFF, SUAREZ AND SPENCE-JONES ABSENT: 1 - COMMISSIONER(S) CAROLLO PASSED ON FIRST READING —PASSED DATE: MARCH 8, 2012: MOVER: COMMISSIONER CAROLLO SECONDER: COMMISSIONER GORT VOTE: AYES: 5 - COMMISSIONER[S) GORT, SARNOFF, CAROLLO, SUAREZ AND SPENCE-JONES ACTION: CONTINUED —PASSED END OF ORDINANCES - SECOND READINGS .CV•tiariami Pozg Pitirkdonglii14,0,2 Page 85 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requir 'tents RFP No. 472340 City :Cornmission Meeting Agenda April 12, 2Wt ORDINANCES - FIRST READING Note: Any proposed ordnance listed as an item for first reading in this section mayadopted emergency measure upon being so determined by the City Commission_ FR.1 11-00567 Manageeg Office ORDINANCE TO BE WITHDRAWN BY THE ADNINFSTRATION Ati ORDNANCE OF THE MIAMI CITY COMMISSION AMENDING CHAPTER 39/ARTICLE B OF THE CODE OF THE UNICE MLAMI, FLORIDA, AS AMENDED, ENTITLED "PEDDLERS AND 1MNERANT VENDORSISIDEWALK AND STREET VENDORS", TO ELIMINATE SIDEWALK AND STREb VENDING WITHIN THE MAMI ARENA; PROHIBITING VENDING IN THE BISCAYNE BOULEVARD SPECIAL VENDING DISTRICTS AND TO ABOLISH THE LOTTERY SYSTEM AS A. MEANS OF ASSIGNINGVENDOM TO SPECIFIC VENDING ZONES CONTAINING A,.SEVERABILITY CLAUSE AND PROVIDING AN EL-17 ECTIVE DATE. • an, DATE; MOVER: SECONDER: VOTE: ACTION: DATE: MOVER: SECON DER: VOTE: ACTION: JULY 14, 2011 COMMISSIONER SARNOFF VICE CHAIR CAROM() AYES: 4 - COMMISSIONER(S) GoRT, SARNOFF, CAROLLO AND DUNN II ABSENT: 1 COMMISSIONERIS) SUAREZ DEFERRED —PASSED .FIRST READING OCTOBER 13, 2011 COMMISSIONER SUAREZ VICE CHAIR CAROLLO AYES: 4 - COMMISSIONER(S) GORT, SARNOFF, CAROLLO AND SUAREZ ABSENT: COMMISSIONER(S) SPENCE-jONES INDEFINITELY DEFERRED --PASSED 00'seloUgli Pop 12 Pyfroa MVO' Page 86 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ageo,ta, and Meeting Management System Requirentmts RFP No, 472340 City ,COMITil5Sioll Meeting Agenda April 12. 2012 FR.2 ORDINANCE FIRST READING 12-00240 AN ORDINANCE OF THE MIAMI crry COMMISSION AMENDING CHAPTER 2/ARTICLE IX OF THE CODE OFTHE CITY OF MIAMI, Distort:trent of blic FLORIDA, AS AMENDED, ENTITLED "ADMINISTRATIoNicn-Y-OWNED Facilities PROPERTY, MORE PARTICULARLY BY CREATING SECTION 2-779, ENTITLED 'SIGNS ON CITY -OWNED PROPERTY,' TO PERMIT THE PLACEMENT OF OUTDOOR ADVERTISING SIGNS OW CITY OF MIAMI OWNED PROPERPi, SUBJECT TO TH E APPROVAL OF THE CM' MANAGER AND THE DIRECTOR OF PLANNING AND ZONING; CONTAINING A SEVERABILITY CLAUSE AND PROVIDING FOR AN EFFECTIVE DATE. DATE: MARCH 8, 2012 MOVER: COMMISSIONER CAROLLO SECONDER: COMMISSIONER GORT VOTE: AYES: 5 - COMMISS !OREM) GORT, SARNOFF„ CAROLLO, SUAREZ AND SPENCEJONES ACTION: CONTINUED —PASSED FR.3 ORDINANCE FIRST READING 12-003AN ORDINANCE OF THE MIAMI CITY COMMISSION AMENDING 30 CHAPTER .54I/ARTICLE 1 OF THE CODE OF THE CITY OF MIAMI, Department of FLORIDA, ,ASAMENDED„IE.NTITLED "STREETS AND SIDEVVALKSIIN Off -Street Parking GENERALIPLACING. SIGNS ON ANY PORTION OF PUBLIC RIGHT-OF-WAY, STREET OR SIDEWALK SURFACE', MORE PARTICULARLY BY AMENDING SECTION .54-9„1BYADDING SECTION (F), TO PERMIT THE PLACEMENT OF SIGNS ]OR ADVERTISING ON CITY OF 1%111AMI, OR.AN AGENCY OF THE CITY OF MIAMI, ,OWNED FACILITIES OR FIXTURES LOCATED WITHIN THE RIGHT-OF-WAY: CONTAINING A SEVERABILITif CLAUSE AND PROVIDING FOR AN EFFECTIVE: DATE FR.4 ,ORDINANCE FIRST READING 12-00075 IMPACT FEES Dp1mrntof Plannitig END OF FERST READING ORDINANCES 06P 44fisaini •,PreVedonn2Mle Page 87 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag lida, and Meeting Management System Requirements RFP No. 472340 •City Gornmissinn Meeting Agenda Awl 12, 2012 REA 12-00270 Apartment of Fire-Roscue RESOLUTIONS' RESOLUTION A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENIT(S) ADDING THE AGENCIES OF THE BROWARD COUNTY SHERIFFS OFFICE AND11-1E PALM BEACH MUNN SHERIFFS OFFICE, AS PARTICIPATING.AGENCIES IN THE MIN MI URBAN AREA SECURITY INMATIVE rUASI") GRANT PROGRAM FISCAL YEAR 2010, PURSUANT TO RESOLUTION Na 11-04743, ADOPTED NOVEMBER 17, .2011; AUTHORIZING THE CITY MANAGERTO EXECUTE MEMORANDA OF AGREEMENTS, IN SUBSTANTIALLY ATTACHED FORM, WM-I THE PARTIES RESPONSIBILMES IN CONNECTION WITH THE DEVELOPMENT AND SUPPORT OF THE MI PROJECTADMINISTERED BYTHE CIIY OF MIAMI DEPARTMENT OF FIRE -RESCUE. RE2 RESOLUTION 12410263 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH AITACHMENT(S), ACCEPTING THE BID RECEIVED JANUARY 11, 2012, DnniofFu1hc PURSUANT TO 'INVITATION FOR BIDS Na 1142-015, FROM SUPERIOR Ffierksf LANDSCAPING & LAWN SERVICES, INC.., THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, FORTHE PROJECT ENTITLED 13ISCAYNE BOULEVARD MAINTENANCE CONTRACT, M-0039"„ FORA ONE (1) YEAR PERIOD IN AN ANNUAL AMOUNT NOT TO EXCEED $301,730; FURTHER AUTHORIZING FOUR (4) ADDITIONAL OIE: (1) YEAR ;OPTIONS TO RENEW, IN AN ANNUAL AMOUNTNOT TO EXCEED ,5301,730; ALLOCATING SAID FUNDS, FROM ACCOUNT NUMBERS 00001.20400.0.534000110 AND 0E1001.201000.53400100, FOR FISCAL YEAR :2012, WITH FUTURE FISCAL YEAR FUNDING SUBJECT ONLY TO BUDGETARY APPROVAL; AUTHORIZING THE .CITY MANAGER TO EXECUTE A CONTRACT, IN SUBSTANTIALLY THE ATTACHED FORM FOR SAID PROJECT; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE SAID ,OPTIONS TO RENEW SUBJECT TO THE AV'AILABILITY OF FUNDING AND THE. CONTRACTOR'S PERFORMANCE. CiorgrA,,EaTAI Ninmhus 41ZW12 Page 88 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agertaa, and Meeting Management System Requireinents RFP Na 472340 G7rEy :Commission iMeeeng Aggntla Apra 12,. 2012 RE.19 12-00342 Depatlestrit of Man tk: :tient and Budget RESOLUTION FISCAL YEAR 2010-1 CLOSEOUT BIJDGETADJUSTMENTS. END OF RESOLUTIONS applAliatal Page .4' Priistedpar 30Z1M.17 Page 89 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag tida, and Meeting Management System Requir ents RFP No. 472340 _ City Commission Meeting Agenda April 12, 21112 BC.:1 12-002a3 CYriee of the City aerk BC2 12-00204 Office fthe city avk BC3 12-0331 Offico erihe an* BOARDS AND, COMMFFTEES RESOLUTION A RESOLUTION OF THE MIA I CITY COMMISSION APPOINTING CERTAN INDIVIDUALS AS MEMBERS OF THE ARTS AND ENTERTAINMENT COUNCIL FOR TERMS iDESIGNATED HEREIN. APPOINTEES - NOMINATED BY: Mayor Tames Regale& Mayor TomasRegatado Chairman Francis Suarez RESOLUTION A RESOLUTION OF THE IMAM' ,CITY -COMMISSION APPOINTING A CERTAIN INDIVIDUAL AS A MEMBER OF THE BAYFRONT PARK MANAGEMENTTRUST FOR A TERM AS DESIGNATED HEREIN. APPOINTEE: NOMINATED BY: Chairman Frantio Suarez RESOLUTION A RESOLUTION OF THE MIMI CITY COMMISSION CONFIRMING THE ELECTION AND APPOINTMENT OF CERTAIN INDIVIDUALS AS MEMBERS OF THE CIVIL SERVICE BOARD FOR TERMS AS DESIGNATED HEREIN. ELECTED. REPRESENTATIVES: SEATS REPRESENTED: Sean Moy Seat #1 Christine a Gomez Seat #2 APPOINTEES NOMINATED BY: OarnniEssion-At-Lrge Commission -At -Large Comnassion-At-Large Chy ppag2;:' Printelen .1.akian Page 90 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agehtaa, and Meeting Management System Reduireihents RFP No. 472340 Page 91 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Ag 'ada, and Meeting Management System Requir ihents RFP No. 472340 City ,CiUTHIVINSitlifis Meeting Agenda April 12, 21)12 BC,20 12-00308 Office ofthe add; RESOLUTION A RESOLUTION OF THE MIAMI CITY COMMISSION APPOINTING A CERTAIN INDIVIDUAL AS A MEMBER OF THE WATERFRONT ADVISORY BOARD FOR A TERM AS DESIGNATED HEREIN. APPOINTEE: NOMINATED BY: Chaignan FF211C14 Suarez END, OF IBOARDS AND COMMITTEES 04,431.fiagni Age 1$4 Pthtiet I go 1V10.11 Page 92 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agerma, and Meeting Management System Requiremcnts RFP No. 472340 City C01116111155100 Meeting Agenda April i 2, 2012 DISCUSSION ITEMS NOTE: Legislation may result from City Gommissicn consideration of anyCommission DiscusSion Item. This porilon of the agenda is separately designated as being available for the purpose of providing and securing City Commission information, direction, and guidance in significant pending and concluded matters, including matters not specifically set forth In this section. 11 is anticipated that no input from anyone other than the City personnel is needed or mected while the City Commission is considering any matter in this portion of the Agenda; accordingty, no member of the public may address the City Commission during this time. DIM DISCUSSION ITEM 124)0077 DISCUSSION CONCERNING THE CITY ATTORNEYS PREPARATION OF VARIOUS RESOLUTIONS FOR CHARTERAMENDMENTS THAT CHANGE THE DATES OF THE art OF MIAMI'S ELECTIONS TO COINCIDE WITH COUNTYWIDE ELECTIONS. DATE: MARCH 1, 2042 ACTION: NOACTION TAKEN DI.2 12-00297 Department offia Resources DATE: MARCII 22, 2012 MOVER:. COMMISSIONER CAROLLO SECONDER: COMMISSIONER SP.ENCE-JONES VOTE: AYES: 5 - COMMISSIONER(S) GORT, SARNOFF, CARO LLO, SUAREZ AND SPENCE-JONES DEFERRED —PASSED ACTKIN: DISCUSSION ITEM DISCUSSION REGARDING AN.ANALYSIS OF ALL THE POSITIONS WITHIN EACH CITY DEPARTMENTTO DETERMINE WHICH :POSITIONS SHOULD BE EXCLUDED FROM THE CLASSIFIED SERVICE AND INCLUDED IN THE UNCLASSIFIED SERVICE END OF DISCUSSION ITEMS ArriNPaqm n1,1010 Page 93 of 97 Last Saved On 3/19/2015 10:54:00 AM to - City of Miami, Ag iida, and Meeting Management System RequiNnents RFP No. 472340 City Calunissinn Meeting Agenda April 12, 212 MAYOR A,N D COMM 5SONERS ITEMS CITYWIDE HONORABLE MAYOR TOMAS REGALADO END OF CLTYWIDE rrEms Ciar4Afirmi l'4ge Pen.' t*.r1 114=12 Page 94 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agek.aa, and Meeting Management System Requirenzents RFP No. 472340 City Commission Meeting Agenda Pipri112,.21112 DISTRICT1 COMMISSIONER WIFREDO tWELLY) G END OF DISTRICT 1 Each Elected official has a ctorommini AV: 34 Perntrdau 1,21,1012 Page 95 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Require vents RFP No. 472340 Page 96 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Agenda, and Meeting Management System Requirements RFP No. 472340 21 APPENDIX G: - SAMPLE HEARING NOTICE CITY OF MIAMI. NOTICE OF PUBLIC HEARING Notice to the Public, Subject Property Owner(s) and Owners of Real Estate within 500 Feet A public hearing will be Feld before the City Commission as follows: Date: Thursday, April 26,, 2012 Time:2:00 PM Place: City Hall, 3500 Pan American Drive Petition for: File 12-00002ac CLOSING, VACATING, ABANDONING AND DISCONTINUING AN ALLEY ABUTTING THE 3860 SW 40 ST, 3880, 3884 & 3890 BIRD AV, 3025 & 3035 SW 39 AV, 3030 & 3040 SW 38 CT. Page 97 of 97 Last Saved On 3/19/2015 10:54:00 AM City of Miami, Florida Agenda and Meeting ManagementSvst,_.. RFP No.472340 Appendix B Price Proposal Schedule INSTRUCTIONS: The Proposer's price shall be submitted on this form "Price Proposal Schedule", and in the manner stated herein. Proposer is requested to fill in the applicable blanks on this form and to make no other marks. If proposing more than one solution, Proposer must complete one Price Proposal Schedule for each solution. 1. Total One -Time Costs for Initial Term (Years 1 through 5) The Proposer shall state its price for providing the Agenda and Meeting Management System as. stated in Section 3, Scope of Work. The proposed price shall be a not -to -exceed flat rate and shall include all tasks deemed necessary to provide the system. The proposed price shall include all fees, including one-time and recurring, and value added options. Description Proposed One -Time Cost Year 1 Year 2 Year 3 Year 4 Year 5 1 System Design $ $ $ $ $ 2 Software (initial cost) $ $ $ $ $ 3 Hardware $ $ $ $ $ 4 Installation/Customization $ $ $ $ $ 5 Data Migration $ $ $ $ $ 6 Infrastructure $ $ $ $ $ 7 Training (including all training materials) $ $ $ $ $ 8 Implementation/Testing $ $ $ $ $ 9 Maintenance (annual recurring) $ $ $ $ $ 10 Administrative/Technical Support $ $ $ $ $ 11 Travel Expenses $ $ $ $ $ 12 Other One -Time Costs Total Price For Each Year $ $ $ $ $ Total One -Time Cost for Initial Term (Years 1-5) Total price should be the aggregate price for the five years listed above. Notes: 1) The City reserves the right to correct and re -calculate any errors found in Proposer's calculation. 2) Proposer should use a separate paper to itemize any recurring annual and monthly costs for maintenance and support. Include base and optional features, as well as other issues that impact pricing, The total cost for the recurring maintenance cost should match row $ above. 3) Proposer should use a separate paper to itemize the anticipated travel expenses necessary for this contract. The total cost for travel should match row 11 above. 4) Proposer should use a separate paper to itemize all other one-time costs, including, but not limited to: enhancements, proposes modules, third party software, etc. The total cost for one-time costs should match row 12 above. 2. Option to Renew Years (Two, Five -Year Periods) 1 Miami -Dade County, Florida Agenda and Meeting Management RFP No.472340 The Proposer shall state its price below for the cost of maintenance and technical support during the optional renewal years. Description Annual Fee Total Price for each 5 Year OTR Period Year 6 Maintenance and Technical Support Year 7 Maintenance and Technical Support Year 8 Maintenance and Technical Support. Year 9 Year 10 Year 11 Year 12 Year 13 Year 14 Year 15 Maintenance and Technical Support Maintenance and Technical Support Total Price for First OTR Period (years 6-10) Maintenance and Technical Support Maintenance and Technical Support Maintenance and Technical Support Maintenance and Technical Support Maintenance and Technical Support $ $ Total Price for Second OTR Period (years 11-15) 3. Additional. Services The Scope of Work outlined herein identifies the work that the selected Proposer shall perform under the Agreement. To address future City requests for any additional work; modifications, or changes outside of the scope of work, please provide not -to -exceed hourly rates for personnel who will be assigned to this contract. Personnel Not -To -Exceed Hourly Rates Project Manager/Lead Person $ Programmer : $ $ $ $ $ $ $ $ *Use additional paper if required Notes: 1. The rates above in Sections 1 shall be fixed and firm for the initial contract term. The rates for the option -to -renew years shall be negotiated 90 days prior to the renewal of the contract for each option to renew period. Any extensions to the Agreement will be at the then current rates. 2. All out-of-pocket expenses, including employee travel, per diem and miscellaneous costs and fees, should be included in the Proposer's price, as they will not be reimbursed separately by the City. Refer to CH.112.061 of the Florida Statutes regarding adherence to travel expenses. 3. Sections 1 through 3 will be used to determine the price points for the price criteria as indicated in Section 5.1, Evaluation Criteria of this Solicitation. 4. Notwithstanding the proposed hourly rates in Sections 3 above, the City reserves the right to negotiate the not -to -exceed pricing on a project by project basis, at the City's sole discretion. 5. The positions identified in the table above shall be the same as the key positions identified in the Proposer's proposal. The City expects that the personnel in those positions will be performing the services. City of Miami, Florida RFP No. 472340 SAMPLE PROFESSIONAL SERVICES AGREEMENT This Professional Services Agreement (Agreement) is entered into this — day of , 2015 (but effective as of ) by and between the City of Miami, a municipal corporation of the State of Florida ("City") and, an — corporation ("Contractor"). RECITAL WHEREAS, the City has issued a Request for Proposal ("RFP") No. 472340 for the provision of an Agenda and Meeting Management System ("System"), and Contractor's proposal ("Proposal") in response thereto, has been selected as the most qualified proposal for the provision of the System. The RFP and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are by this reference incorporated into and made a part of this Agreement. WHEREAS, the order of precedence whenever there is conflicting or inconsistent language between documents is as follows: (1) Professional Services Agreement with the Scope of Work and all Exhibits and other relevant Agreements expressly referenced and attached as Exhibits; (2) Addenda/Addendum to the Request for Proposals; (3) Request for Proposals; and (4) Contractor's response to the Request for Proposals. WHEREAS, The Commission of the City of Miami, by Resolution No. adopted on , 2015, approved the selection of Contractor and authorized the City Manager to execute an Agreement, under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Contractor and the City agree as follows: TERMS 1. RECITALS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. 2. TERM: The term of this Agreement shall be for five (5) years with options for two (2) additional five (5) year periods commencing on the effective date which shall be when this Agreement is fully executed. 3. OPTION TO EXTEND: The City shall have one (1) option(s) to extend the term hereof for a period of one (1) year, subject to availability and appropriation of funds. City Commission approval shall not be required as long as the total extended term does not exceed one (1) year. 4. SCOPE OF SERVICES: A. Contractor agrees to provide the Services as specifically described, and under the special terms and conditions set forth in Attachment "A" hereto, which by this reference is incorporated into and made a: part of this Agreement. B. Contractor represents and warrants to the City that: (i) it possesses all qualifications, licenses and expertise required under the Solicitation Documents for the performance of the Services; (ii) it is not delinquent in the payment of any sums due the City, including payment of permit fees, occupational licenses, etc., nor in the performance of any obligations to the City; (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trainedto perform the tasks assigned to each; and (iv) the Services will be performed in the manner described in Attachment "A". 5. COMPENSATION: A. The amount of compensation payable by the City to Contractor shall be based on the rates and schedules described in Attachment "B" hereto, which by this reference is 2 incorporated into this Agreement; provided, however, that in no event shall the amount of compensation throughout the contract term and renewal options cumulatively exceed $ B. Unless otherwise specifically provided in Attachment "B", payment shall be made within forty five (45) days after receipt of Contractor's proper invoice, as that term is defined by the Local Government Prompt Payment Act, Section 218.70, et. seq., Florida Statutes, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should City require one to be performed. If Contractor is entitled to reimbursement of travel expenses (i.e., Attachment "B" includes travel expenses as a specific item of compensation), then all bills for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. 6. OWNERSHIP OF DOCUMENTS: Contractor understands and agrees that any information, document, report or any other material whatsoever which is given by the City to Contractor or whichis otherwise obtained or prepared by Contractor exclusively for the City pursuant to or under the terms of this Agreement is and shall at all times remain the property of the City. Contractor retains ownership of any information, documents, reports, or any other material that was not developed exclusively for the City. Documents created by Contractor for the City based on a boilerplate document will have joint ownership in that the custom document will be owned by the City and the boilerplate will be owned by the Contractor. Contractor agrees not to use any information, document, report or material produced exclusively for the City for any other purpose whatsoever without the written consent of City, which may be withheld or conditioned by the City in its sole discretion. The Contractor will retain ownership of original boilerplate documents not produced exclusively for the City. 3 7. AUDIT AND INSPECTION RIGHTS: A. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Contractor under this Agreement, audit, or cause to be audited, those books and records of Contractor which are related to Contractor's performance under this Agreement. Contractor agrees to maintain all such books and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement. All audits shall be subject to and made in accordance with the provisions of Section 18-102 of the Code of the City of Miami, Florida, as same may be amended or supplemented from time to time. B. The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Contractor under this Agreement conform to the temms hereof and/or the terms of the Solicitation Documents, if applicable. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Section 18-100 and 18-101 of the Code of the City of Miami, Florida, as same may be amendedor supplemented, from time to time. 8. AWARD OF AGREEMENT: Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 9. PUBLIC RECORDS: Pursuant to the provisions of § 119.0701 Fla. Stat. Contractor must comply with the Florida public records laws, specifically the Contractor must: 4 A. Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. 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 otherwise 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. 10. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Contractor understands that agreements between private entities and local governments are subject to certain laws, codes, rules and regulations, including, without limitation, laws pertaining to public records, conflict of interest, record keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as they may be amended from time to time. 11. INDEMNIFICATION: Contractor shall indemnify and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney fees) or liabilities (collectively referred to as "Liabilities") arising out of, resulting from, or in connection with (i) the performance of the services contemplated by this Agreement when the 5 services provided contain professional errors, omission, or negligence on the part of the Contractor or its employees, agents or subcontractors (collectively referred to as "Contractor") or (ii) the failure of the Contractor to conform to statutes, ordinances, legal codes, contract requirements, other regulations of any governmental authority, federal, municipal or state, in connection with the performance of this Agreement. The Contractor is not responsible to defend the City in legal actions within the scope of (i) or (ii) above, and shall only indemnify the City in the situation where: (a) the test submitted by the Contractor under this Agreement is found to be not in compliance with Civil Service Rules, or with federal or state statutes; (b) any services or materials furnished by the Contractor under this Agreement is determined to be legally defective; or (c) the Contractor is found to have committed professional errors, omissions, or negligence when the claims are adjudicated, and not just alleged. The Contractor shall be liable and agrees to pay the City's cost of such defense, inclusive of its attorney's fees, if the circumstances in (a), (b), or (c) above are determined to exist by a court of competent jurisdiction. 12. DEFAULT: If Contractor fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then Contractor shall be in default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to Contractor, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to Contractor while Contractor was in default shall be immediately returned to the City. Contractor understands and agrees that termination of this Agreement under this section shall not release Contractor from any obligation accruing prior to the effective date of termination. Should Contractor be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Contractor shall be liable to the City 6 for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the procurement of the Services, including consequential and incidental damages. 13. RESOLUTION OF CONTRACT DISPUTES: Contractor understands and agrees that all disputes between Contractor and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Contractor being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds $25,000, the City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds $25,000, or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (90 days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. 14. CITY'S TERMINATION RIGHTS: A. The City shall have the right to terminate this Agreement, in its sole discretion, at any time, by giving written notice to Contractor at least five (5) business days prior to the effective date of such termination. In such event, the City shall pay to Contractor compensation for services rendered and expenses incurred prior to the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation, other than that provided herein, or for any consequential or incidental damages. B. The City shall have the right to terminate this Agreement, without notice to Contractor, upon the occurrence of an event of default hereunder. In such event, the City shall 7 not be obligated to pay any amounts to Contractor and Contractor shall reimburse to the City all amounts received while Contractor was in default under this Agreement. 15. INSURANCE: Contractor shall, at all times during the term hereof, maintain insurance coverage and limits of insurance in accordance to Insurance Exhibit C. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage shall be furnished to the City on Certificates of Insurance indicating such insurance to be in force and effect and providing that it will not be canceled during the performance of the services under this contract without thirty (30) calendar days prior written notice to the City. Completed Certificates of Insurance shall be filed with the City prior to the performance of services hereunder, provided, however, that Contractor shall at any time upon request file duplicate copies of the policies of such insurance with the City. If, in the judgment of the City, prevailing conditions warrant the provision by Contractor of additional liability insurance coverage or coverage which is different in kind, the City reserves the right to require the provision by Contractor of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the Contractor fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Contract shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. 16. NONDISCRIMINATION: Contractor represents and warrants to the City that Contractor does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Contractor's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national. origin. Contractor further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, 8 religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 17. ASSIGNMENT: This Agreement shall not be assigned by Contractor, in whole or in part, without the prior written consent of the City's, which may be withheld or conditioned, in the City's sole discretion. 18. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S, Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO CONTRACTOR: TO THE CITY: Daniel J. Alfonso City Manager 3500 Pan American Drive Miami, Florida 33133 Victoria Mendez City Attorney 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130 Christopher. Rose Finance Director City of Miami 444 SW 2nd. Avenue, 6th Floor Miami, Florida 33130 19, MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in all proceedings shall be in Miami -Dade County, Florida and the parties 9 agree to the use of this venue. In any civil action or other proceedings between the parties arising out of the Agreement, each party shall bear its own attorney's fees. B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. D. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. E. This Agreement constitutes the sole and entire agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. 20. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legalrepresentatives, successors, or assigns. 21. INDEPENDENT CONTRACTOR: Contractor has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, Contractor shall not attain, nor be entitled to, any rights or benefits under the Civil Service or. Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Contractor further understands that Florida 10 Workers' Compensation benefits available to employees of the City are not available to Contractor, and agrees to provide workers' compensation insurance for any employee or agent of Contractor rendering services to the City under this Agreement. 22. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of allocated and available funds, reduction or discontinuance of funds or change in laws, codes, rules, policies or regulations, upon thirty (30) days notice. 23. REAFFIRMATION OF REPRESENTATIONS: Contractor hereby reaffirms all of the representations contained in the Solicitation Documents. 24. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 25. COUNTERPARTS: This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same agreement. 11 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "City" CITY OF MIAMI, a municipal ATTEST: corporation By: Todd Hannon, City Clerk Daniel J. Alfonso, City Manager ATTEST: Print Name: Title: Company Secretary "Contractor" corporation By: Print Name: Title: President APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: Victoria Mendez City Attorney Director Risk Management 12 CORPORATE RESOLUTION WHEREAS, ("Contractor") wishes to enter into a Professional Services Agreement ("Agreement") with the City of Miami ("City"); WHEREAS, the Board of Directors, at a duly held meeting of the Contractor has considered the matter in accordance with the By -Laws of the Corporation; NOW, 'THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that this corporation is authorized to enter into the Agreement with the City, and the President and the Secretary are hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. IN WITNESS WHEREOF, this day of , 2015. , ("Contractor") An (State) Corporation Print Name: (sign) Corporate Secretary 13 By: (s Print Name: TITLE: gn)