Loading...
Resolution 248-1987 RESOLUTION NO. 248-1987 A RESOLUTION AUTHORIZING THE COUNTY ADMINIS- TRATOR OR HIS DESIGNEE TO PARTICIPATE IN A COMMITTEE WITH REPRESENTATIVES OF THE PROPER- TY APPRAISER'S OFFICE, FLORIDA KEYS AQUEDUCT AUTHORITY AND CITY ELECTRIC SYSTEM TO EVALU- ATE PROPOSALS FOR COMPUTER MAPPING/GEOGRAPHIC INFORMATION SYSTEMS BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that: The County Administrator is hereby authorized to execute on behalf of Monroe County the Agreement attached hereto and hereby incorporated and made a part by reference and participate, according to the terms of the Agreement, as a member of the conunittee evaluating proposals for computer mapping/geographic information systems. PASSED AND ADOPTED by the Board of County Conunissioners of Monroe County, Florida, at a regular meeting of said Board held on the d'~JI/L day of \. )ul?e , A. D., 1987. (SEAL) OF COUNTY COMMISSIONERS ROE COUNTY, FLORIDA )n. Attest: DANNY L. KOLHAGE, Clerk J2};,~,I)L lerk I ( APPROVED AS TO FORM AND LEGAL SUFFICIENCY. B~~~ Attorney s OffIce ----- AGREEMENT WHEREAS, four separate agencies (Monroe County through the County Administrator's Officej the Monroe County Property Ap- praiser's Officej the Florida Keys Aqueduct AuthoritYj and City Electric Service) have joined for the purposes of sending out a Request for Proposals for a Computer Mapping/Geographic Informa- tion Systemj AND WHEREAS, vendor responses to the Request for Proposals are due prior to July 6, 1987j AND WHEREAS, for the purpose of selecting among vendor respons- es, the four agencies desire to designate specific individuals wi th the authori ty to prepare a final report on the vendor re- sponses which ranks the responding vendors according to the desirability of their proposed systemj NOW, THEREFORE LET IT BE AGREED that: 1. Each of the undersigned, and/or his designee, shall serve as a member of the Selection Committee. 2. Each of the undersigned, and/or his designee, is author- ized for the purposes of this agreement to make decisions regard- ing the desirability of specific vendor responses to the Request for Proposals. 3. The agreed upon process for the evaluation of vendor responses to the Request for Proposals is as follows: a. The Monroe County Administrator, or his designee, will serve as chair for the selection committee. Acceptable bids will be structured to allow each agency to consider action by their agency independent of actions by the Selection Committee. It is anticipated that the primary effort of the Selection Committee shall be to determine which of the vari- ous bids rank as the top three (or four, if necessary). b. Upon deciding which of the bids rank as the top bids, the Selection Committee shall choose an appropriate set of vendors whose sites should be visited for further evaluation and hands-on experience with their systems. A magnetic tape of the existing Intergraph produced base map shall be made available to each vendor chosen for a site visit such that they can prepare a presentation which allows the Selection Committee to view and manipulate their own maps on the sys- tem being visited. c. Each member of the Selection Committee agrees to pro- vide time in his schedule, as well as funds for travel, to make each of the three expected site visits. A mutually agreed upon schedule for the visits shall be the responsibil- i ty of the chair of the Committee. Each agency which ex- pects to proceed with the purchase of a system will be re- quired to attend each of the evaluation trips so as not to invalidate the selection process for the other agencies. d. Based on this series of site visits, the Selection Committee shall prepare a final report recommending a specif- ic system and estimated costs of such a system for evalua- tion by the deci sion-making boards with control over the funds to be spent on the system. In the event that no sys- tem is deemed acceptable, either due to total cost or other feasibili ty issues, this final report shall so state. In addition, if during the course of site visits and evaluation meetings of the Selection Committee it appears necessary for a given agency to remove themselves from the bid process or to choose a system which will not serve all of the agencies involved, this report shall so state. Thomas W. Brown Monroe County Administrator Ervin A. Higgs, C.F.A. Monroe County Property Appraiser Gregg E. Harkness, P. E. Director of Engineering Florida Keys Aqueduct Authority Robert R. Padron, Manager City Electric Service