REQUEST FOR PROPOSAL - CONSULTANT SERVICES FOR LONG RANGE PLAN FOR DOCUMENT MANAGEMENT SYSTEM
",. ,,::0.: ';.-,-, c'_." -," ~",~".',' '.:.' .:"~-"; -',-,~,
.".;:--
~.'.
~' .
I
EXHIBIT A
I
CITY OF CLEAR WATER
REQUEST FOR PROPOSAL
CONSULTANT SERVICES
FOR
LONG RANGE PLAN FOR A DOCUMENT MANAGEMENT SYSTEM
I. General Purpose
The City of Clearwater is accepting proposals for the service of a consultant to evaluate
the City's needs with regard to paperless technology including, but not limited to, optical disk
document imaging, electronic document management, and development of a Request for
Proposal for a system(s) that initially addresses the needs of the City Clerk Department and can
be expanded to address the needs of other departments. The project will serve both the needs of
the City and its citizens while meeting State Requirements for retention and access. It shall
improve efficiency and be cost effective. The system will be implemented in phases.
II. Scope of Services
Detailed work procedures are not included in the Scope of Services. The firm selected
must exercise independent, professional judgment in the performance of services outlined. The
services will include, but are not limited to, the following:
A. Review and evaluate the current records management program and develop a long
range plan for implementing technology in the future.
B.. Ensure that the recommended system(s) and other future technological enhancements
proposed comply with the City's standards for telecommunications and data
processmg.
C. Determine methods for streamlining work processes through the use of electronic
forms and workflow.
D. Develop an RFP for a system that initially addresses the needs of the City Clerk
Department and that can be expanded in the future to address the needs of other
departments. Participate in a Pre-Bid Conference if scheduled.
E. Review, with staff, the RFP submittals received and assist in evaluating the submittals
and ranking the top 3.
F. Be available to resolve issues or conflicts that arise during installation and
implementation of the system and as needed with regard to future phases of the
imaging system and the long range plan that is proposed.
III. Time Schedule
Week of 2/9/98
Release Date
Written Questions Due
RFP opening - 100 S. Myrtle Ave., Clearwater, FL
33756 at 4:00 p.m.
Selection of Top Candidates for Oral Presentation
January 2, 1998
January 16, 1998
February 2, 1998
RFP Consultant
Long Range Plan for a Document Management System
12/26/97
~ ~ "
I
I
All responses must be marked on the outside:
"Request to Provide Consulting Services for an Imaging System
to the City of Clearwater:
To be opened at 4:00 p.m. E.S.T., February 2, 1998.
The Firm is solely responsible for reading and completely understanding the requirements
of this RFP. The opening time shall be and must be scrupulously observed. Under no
circumstances will qualification delivered after the specified delivery time be considered. Late
submissions shall be returned unopened to the firm with the notation "The qualifications were
received after the delivery time designated for the receipt and opening of the proposals."
The Firm shall submit ten (10) copies of their proposals in their entirety.
All proposals shall be prepared and submitted in accordance with the provisions of this
RFP. However, the City may waive any informalities, irregularities, or variances, whether
technical or substantial in nature or reject any and all qualifications at its discretion. Any
proposals may be withdrawn prior to the indicated time for opening of proposals or authorized
postponement thereof. No firm may withdraw proposals within ninety (90) days after the actual
date of the proposal's opening.
VI. Inquiries & Addenda
Each firm shall examine all RFP documents and shall judge all matters relating to the
adequacy and accuracy of such documents. Any inquiries, suggestions, or requests concerning
interpretation, clarification, or additional information pertaining to the RFP shall be made
through the City of Clearwater's Purchasing Manager, George McKibben at P. O. Box 4748,
Clearwater, FL 33758; 100 S. Myrtle Ave., Clearwater, FL 33756; or FAX 813/562/4635. The
City shall not be responsible for oral interpretations given by any City employee, representative,
or others. The issuance of a written addendum is the only official method whereby
interpretation, clarification, or additional information can be given. If any addenda are issued to
this RFP, the City will attempt to notify all prospective firms who have secured same. However,
it shall be the responsibility of each firm, prior to submitting the proposal, to contact the City of
Clearwater's Purchasing Manager (813/562-4634) to determine if addenda were issued and to
make such addenda a part of the proposal.
VII. Responder Preparation Expenses
Each responder preparing a proposal in response to this request shall bear all expenses
associated with their preparation. Responders shall prepare a response with the understanding
that no claims for reimbursement shall be submitted to the City for the expense of preparation
or presentatIon.
RFP Consultant
Long Range Plan for a Document Management System
3
12/26/97
I
Vli. Right to Protest
I
Any actual or prospective bidder who is aggrieved in connection with the solicitation or
award of a contract may seek resolution of his/her complaints by contacting the Purchasing
Manager.
IX. No Corrections
Once competitive proposal is submitted, the City shallnot accept any request by any
proposer to correct errors or omissions in any calculations or competitive price submitted.
X. Openness of Procurement Process
Written competitive proposals, other submissions) correspondence, and all records made
thereof) as well as negotiations conducted pursuant to this RFP, shall be handled in compliance
with Chapters 119 and 286 Florida Statutes. The City gives no assurance as to the confidentiality
of any portion of any proposal once submitted.
XI. No Collusion
By offering a submission to the RFP,the proposer certifies the proposer has not divulged
to) discussed or compared his/her competitive proposal with other proposers and has not
colluded with any other proposers or parties to this competitive proposal whatsoever.
XU. Informality Waiver/Rejection Of Proposals
The City reserves the right to reject any or all responses and to waive any irregularity,
variance or informality whether technical or substantial in nature, in keeping with the best
interest of the City.
Xli. Appropriations Clause
The City, as an entity of government, is subject to the appropriation of funds by its
legislative body in an amount sufficient to allow continuation of its performance in accordance
with the terms and conditions of this contract for each and every fiscal year following the fiscal
year in which this contract shall remain in effect. Upon notice that sufficient funds are not
available in the subsequent fiscal years, the City shall thereafter be released of all terms and other
conditions.
XIV. Evaluation Criteria & Ranking Process
A. The evaluation of the proposals shall be accomplished utilizing the criteria described
in this section. Information and data included in the response shall be considered in
the evaluation process
RFP Consultant
Long Range Plan for a Document Management System
4
12/26/97
I
I
B. Selection Criteria
1. Overall quality, completeness, and thoroughness of the Work Plan including the
time frame to complete the project.
2. Successful experience with local governments and! or organizations in performing
similar projects.
3. Successful experience in developing a program in phases.
4. Reports from references.
5. Cost for services
6. Qualifications of employees working on the project.
7. Extra points will be given for Work Plans that are complete and include an
integrated system not just a stand alone document imaging system.
C. References - References may be called regarding the satisfaction of services rendered by
the proposing firm. References will be evaluated based on technical ability, cost, and
results of recommendations made to other clients.
Negotiations - Following the ranking of the proposals the Committee shall designate the
top ranked firm and enter into negotiations. The Committee shall notify the firm in writing.
Negotiations shall begin based immediately with the firm selected. If negotiations are
successful, the Committee shall recommend the favorable firm to the City Commission.
Thereafter, the City Commission may issue a notice of intent to enter into an agreement with
the firm by certified mail. If the negotiations are unsuccessful, the Committee shall begin
negotiations with the second ranked firm. The Committee reserves the right to terminate
negotiations at any time, with or without cause.
The Evaluation & Negotiation Committee reserve the right to negotiate whatever
schedule is convenient to it and which is in the best interest of the City.
D. Insurance, Safety & Contract Requirements
The successful bidder will procure and maintain, at bidder's expense, insurance
coverage as contained in Exhibit A attached hereto and made a part hereof as if fully
set forth herein, and will also comply with all supplemental provisions regarding
insurance, indemnification, safety, etc. contained therein.
RFP Consultant
Long Range Plan for a Document Management System
5
12/26/97
J
I
CITY OF CLEARWATER
RFP. IMAGING CONSULTANT
CRITERIA EV ALUA TION
NAME OF FIRM: ! DATE:
SCORE:
COMMITTEE CONSENSUS:
SCORE '
WTX
CRITERIA WEIGHT RATING RATING COMMENTS
1. Overall quality and
thoroughness of the
proposal including the
time frame to complete
the proiect. S
2. Successful experience
with local governments
and/ or organizations in
performing similar
proiects. 4
3. Successful experience
in developing a program
in phases. 3
4. Reports from
references. 3
5. Cost for services 2
6. Qualifications of
employees working on
the proiect. 3
7. Extra points will be
given for Work Plans
that are complete and
include an integrated
system not just a stand
alone document imaging
system. 4
RFP Consultant
Long Range Plan for a Document Management System
6
12/26/97
.; "
I
I
EXHIBIT A
CITY OF CLEARWATER
RISK MANAGEMENT/INSURANCE REQUIREMENTS
FOR
AGREEMENTS AND CONTRACTS
STATEMENT OF PURPOSE
The City of Clearwater enters into agreements and contracts for
services and/or products of other parties.
Agreements and contracts shall contain Risk Management/Insurance
terms to protect the City's interests and to minimize its poten-
tial liabilities. Whenever applicable, the following terms shall
be included in agreements and contracts.
CITY DEFINED
The term City (wherever it may appear) is defined to mean the
City itself, its Commission, the Community Redevelopment Agency
of the City of Clearwater, a Florida governmental agency created
pursuant to Part III, Chapter 163, Florida Statutes, its duly
appointed officers, or other public bodies, officers, employees,
volunteers, representatives and agents.
OTHER PARTY DEFINED
The term other party (wherever it may appear) is defined to mean
the other person or entity which is a party to an agreement or
contract with the City, any subsidiaries or affiliates, officers,
employees, volunteers, representatives, agents, contractors, and
subcontractors.
HOLD HARMLESS
The City shall be held harmless against all claims for bodily
injury, sickness, disease, death or personal injury or damage to
property or loss of use resulting therefrom, arising out of the
agreement or contract unless such claims are a result of the
City's sole negligence.
PAYMENT ON BEHALF OF CITY
The other party agrees to pay on behalf of the City, and to pay
the cost of the City's legal defense, as may be selected by the
City, for all claims described in the Hold Harmless paragraph.
1
I
I
Such payment on behalf of the City shall be in addition to any
and all other legal remedies available to the City and shall not
be/considered to be the City's exclusive remedy.
INSURANCE
The other party shall provide the following described insurance,
except for coverages specifically waived by the City, on policies
and with insurers acceptable to the City.
These insurance requirements shall not limit the liability of the
other party. The City does not represent these types or amounts
of insurance to be sufficient or adequate to protect the other
party's interests or liabilities, but are merely minimums.
Except for workers' compensation and professional liability, the
other party's insurance policies shall be endorsed to name the
City as an additional insured to the extent of the City's inter-
ests arising from this contract or agreement.
Except for workers' compensation, the other party waives its
right of recovery against the City, to the extent permitted by
its insurance policies.
The other party shall request that its insurers' policies include
or be endorsed to include a severability of interests/cross lia-
bility provision so the City will be treated as if a separate
policy were in existence without increasing the policy limits.
The other party's deductibles/self-insured retentions shall be
disclosed to the City and may be disapproved by the City. They
shall be reduced or eliminated at the option of the City. The
other party is responsible for the amount of any deductible or
self-insured retention.
Workers' Compensation Coveraqe
The other party shall purchase and maintain workers' compensation
insurance for all workers compensation obligations imposed by
state law and employers liability limits of at least $100,000
each accident and $100,000 each employee/$500,000 policy limit
for disease.
The other party shall also purchase any other coverages required
by law for the benefit of the employees.
General, Automobile and Excess or Umbrella Liability Coveraqe
The other party shall purchase and maintain coverage on forms no
2
, .-
,"
I
/ I
more restrictive than the latest editions of the Commercial or
Comprehensive General Liability and Business Auto policies of
the Insurance Services office.
Minimum limits of $500,000 per occurrence for all liability must
be provided, with excess or umbrella insurance making up the
difference, if any, between the policy limits of underlying poli-
cies (including employers liability required in the Workers' Com-
pensation Coverage section) and the total amount of coverage
required.
Commercial General Liability
If Commercial General Liability coverage is provided:
Coverage A shall include premises, operations, products and
completed operations, independent contractors, contractual
liability covering this agreement or contract, and broad form
property damage coverages.
Coverage B shall include personal injury.
Coverage C, medical payments, is not required.
Occurrence Form
The occurrence form of Commercial General Liability
must be provided.
Comprehensive General Liability
If Comprehensive General Liability coverage is provided it
shall include at least:
Bodily injury and property damage liability for prem-
ises, operations, products/completed operations,
independent contractors, and property damage resulting
from explosion, collapse or underground (x,c,u)
exposures.
Broad Form Comprehensive General Liability coverage, or
its equivalent, with at least:
Broad form contractual liability covering this
agreement or contract, personal injury liability
and broad form property damage liability.
Products/Completed Operations Coveraqe
The other party is required to continue to purchase products
3
I
I
contract or agreement, for a minimum of three years beyond
the City's acceptance of renovation or construction
projects.
Business Auto Liability
Business Auto Liability coverage is to include bodily injury
and property damage arising out of operation, maintenance or
use of any auto, including owned, nonowned and hired auto-
mobiles and employee nonownership use.
Watercraft/Aircraft Liabilitv
If the other party's provision of services involves utiliza-
tion of watercraft or aircraft, watercraft and/or aircraft
liability coverage must be provided to include bodily injury
and property damage arising out of ownership, maintenance or
use of any watercraft or aircraft, including owned, non-
owned and hired.
Excess Or Umbrella Liability
Umbrella Liability insurance is preferred, but an Excess
Liability equivalent may be allowed. Whichever type of
coverage is provided, it shall not be more restrictive than
the underlying insurance policy coverages.
CER~IFICATES OF INSURANCE
Required insurance shall be documented in Certificates of
Insurance which provide that the City shall be notified at least
30 days in advance of cancellation, nonrenewal or adverse change.
New Certificates of Insurance are to be provided to the City at
least 15 days prior to coverage renewals.
If requested by the City, the other party shall furnish complete
copies of the other party's insurance policies, forms and
endorsements.
The address where all such Certificates of Insurance and policies
of insurance, when requested, shall be sent or delivered is as
follows:
City of Clearwater
Attention: City Clerk
P.O. Box 4748
Clearwater, FL 33758-4748
4
-I
I
For Commercial General Liability coverage the other party shall,
at the option of the City, provide an indication of the amount of
claims payments or reserves chargeable to the aggregate amount of
liability coverage.
Receipt of certificates or other documentation of insurance or
policies or copies of policies by the City, or by any of its
representatives, which indicate less coverage than required does
not constitute a waiver of the other party's obligation to
fulfill the insurance requirements herein.
INSURANCE OF THE OTHER PARTY PRIMARY
Insurance required of the other party or any other insurance of
the other party shall be considered primary, and insurance of the
City shall be considered excess, as may be applicable to claims
which arise out of the Hold Harmless, Payment on Behalf of City,
Insurance, Additional Insurance and Certificates of Insurance
provisions of this agreement or contract.
LOSS CONTROL/SAFETY
Precaution shall be exercised at all times by the other party for
the protection of all persons, including employees, and property.
The other party shall be expected to comply with all applicable
laws, regulations, or ordinances related to safety and health and
shall make special efforts where appropriate to detect hazardous
conditions and shall take prompt action where loss control/safety
measures should reasonably be expected.
The City may order work to be stopped if conditions exist that
present immediate danger to persons or property. The other party
acknowledges that such stoppage will not shift responsibility for
any damages from the other party to the City.
CONSIDERATION FOR HOLD HARMLESS/PAYMENT ON BEHALF
Applicable To Florida Construction Contracts
The other party agrees to accept, and acknowledges as an adequate
amount of remuneration, the consideration of $100.00 for agreeing
to the Hold Harmless, Payment on Behalf of City, Insurance and
Certificates of Insurance provisions in this agreement or
contract.
ADDITIONAL INSURANCE FOR REPAIR OR SERVICE OR OTHER CONTRACTS
If checked below, the City requires the following additional
provisions or types of insurance for repair or service or other
5
I
I
contracts to afford added protection against loss which could
affect the work being performed.
Commercial General Liability Increased General A9breqate
Limit :
The minimum commercial general liab~lity general aggregate
limit shall be $ which 1S greater than the
occurrence limit simply because it is an annual aggregate
limit.
Installation Floater Insurance
Installation Floater insurance is to be provided to cover
damage or destruction to equipment being installed or other-
wise being handled or stored by the other party. The amount
of coverage should be adequate to provide full replacement
value of the equipment being installed, otherwise being
handled or stored on or off premises. All risks coverage is
preferred.
Motor Truck Carqo Insurance
If the Installation Floater insurance does not provide
transportation coverage, separate Motor Truck Cargo or
Transportation insurance is to be provided for materials or
equipment transported in the other party's vehicles from
place of receipt to building sites or other storage sites.
All risks covered is preferred.
Contractor's Equipment Insurance
Contractor's Equipment insurance is to be purchased to cover
loss of equipment and machinery utilized in the performance
of work by the other party. All risks coverage is
preferred.
Fidelity/Dishonesty Insurance - Coveraqe for Employer
Fidelity/Dishonesty insurance is to be purchased to cover
dishonest acts of the other party's employees, including but
not limited to theft of vehicles, materials, supplies,
equipment, tools, etc., especially property necessary to
work performed.
Fidelitv/Dishonesty/Liability Insurance - Coveraqe for City
Fidelity/Dishonesty/Liability insurance is to be purchased
or extended to cover dishonest acts of the other party's
employees resulting in loss to the City.
6
";. ..
"I :;
l '.....
. ,I,'
.' .
I
I
ADDITIONAL INSURANCE FOR RENOVATION OR CONSTRUCTION CONTRACTS
If checked below, the City requires the following types of insur-
ance for renovation or construction contracts, in addition to
required coverages previously cited, including Additional Insur-
ance for Repair or Service or Other Contracts.
Commercial General Liability Proiect Aaareaate
Because the Commercial General Liability form of coverage
includes an annual aggregate limitation on the amount of
insurance provided, a separate project aggregate limit is
required by the City for this contract or agreement.
Owners Protective Liabilitv
For renovation or construction contracts the other party
shall provide for the City an owners protective liability
insurance policy (preferably through the other party's
insurer) in the name of the City.
Builders Risk
Builders Risk insurance is to be purchased to cover the
property for all risks of loss, subject to a waiver of
coinsurance, including coverage of risks indicated in the
Installation Floater and Motor Truck Cargo insurance
previously described if such coverages are not separately
provided.
The Builders Risk insurance is to be endorsed to cover the
interests of all parties, including the City and all
contractors and subcontractors. The insurance is to be
endorsed to grant permission to occupy.
PROFESSIONAL LIABILITY. MALPRACTICE AND/OR ERRORS OR OMISSIONS
If checked below, the City requires the following terms and types
of insurance for professional, malpractice, and errors or omiss-
ions liability.
x Hold Harmless
The following replaces the previous Hold Harmless wording:
The City shall be held harmless against all claims for
bodily injury, sickness, disease, death or personal injury
7
. '
I
I
or damage to property or loss of use resulting therefrom
arising out of performance of the agreement or contract,
unless such claims are/a result of the City's own
negligence.
The City shall also be held harmless against all claims for
financial loss with respect to the provision of or failure
to provide professional or other services resulting in
professional, malpractice, or errors or omissions liability
arising out of performance of the agreement or contract,
unless such claims are a result of the City's own
negligence.
x Professional Liability/Malpractice/Errors or Omissions
Insurance
The other party shall purchase and maintain professional
liability or malpractice or errors or omissions insurance
appropriate for the type of business of business engaged in
by the other party with minimum limits of $500,000 per
occurrence.
If a claims made form of coverage is provided, the retro-
active date of coverage shall be no later than the inception
date of claims made coverage, unless prior policy was
extended indefinitely to cover prior acts.
Coverage shall be extended beyond the policy year either by
a supplemental extended reporting period (ERP) of as great
duration as available, and with no less coverage and with
reinstated aggregate limits, or by requiring that any new
policy provide a retroactive date no later than the
inception date of claims made coverage.
WRITTEN AGREEMENT/CONTRACT
Any party providing services or products to the City will be
expected to enter into a written agreement, contract, or purchase
order with the City that incorporates, either in writing or by
reference, all of the pertinent provisions relating to insurance
and insurance requirements as contained herein. A failure to do
so, may, at the sole discretion of the City, disqualify any party
from perfor.ming services or selling products to the City
provided, however, the City reserves the right to waive any such
requirements.
8