C2C-Issue RFP Psychological Services For EmployeesCOMMISSION ITEM SUMMARY
lntended Outcome
The City of Miami Beach is services of an experienced and to conduct valid, reliable and
cross-cultural testing of police officer, police public service aide, detention officer, communications operator, police dispatcher,
police complaint officer, firefighters and fire rescue dispatcher applicants at the Contractor's facility located in Miami-Dade County.
The testing is required by the City as part of a thorough background investigation of applicants. The purpose of these services is
to evaluate whether said applicants are acceptable candidates. Additionally, psychologi€l testing may include fitness-for-duty
evaluations for City personnel on an as needed basis.
The Scope of Service encompasses four (4) parts: Part l: A. Pre-Employrnent Psvcholoqical Services for Sworn Personnel,
and B. Pre-Emplovment Psvcholoqical Services for Firefiqhters and Fire Rescue Disoatchers, Part ll: Psycholoqical
Services for EmBlqt@es; and Part lll: Pre-Employment Psvcholoqical Services for Civilian Personnel, and PeI]!t_E!!]ess
for Dutv, as described below Proposers shall provide Part l, Part ll, Part lll and Part lV services.
Part l: A. Pre-Emplovment Psvcholoqical Services for Sworn Personnel and B. Pre-Emplovment Psvcholooical Services
for Firefiqhters and Fire Rescue Dispatchers
It is anticipated that sworn applicants Wll be required to receive pre-employment psychological screening services. The Police
Department is currently comprised of 381 sworn personnel, and approximately 100 sworn applicants are anticipated to be
processed during FY 2013114. The Fire Department anticipates 150 firefighter and 20 fire rescue dispatcher applicants are
anticipated to be process during FY 2013114. This is an estimate only and the City shall not be required to adhere to this estimate
during the contract period.
Part ll: Psvcholoqical Services for Emplovees
On an annual basis, it is anticipated that personnel may require some counseling services. Successful Proposer shall be
available, 24 hours per day, 7 days per week, should it be needed, to provide Psychological Services to employees at the direction
of the Chief of Police or his/her designee of Fire Chief or hisiher designee, or the Director of Human Resources or his/her
designee. Successful Proposer shall ensure confidentiality of counseling services provided to employees.
Part !ll: Pre-Emplovment Psychological Services for Civilian Personnel
It is anticipated that civilian applicants will be required to receive pre-employment psychological screening services.
Approximately fifty (50) civilian applicants for the Police Department are anticipated to be processed during FY 2013/14. These
are estimates only and the City shall not be required to adhere to these estimates during the contract period.
Part lV: Fitness for Dutv
The contractor shall administer and interpret additional psychological testing for police officer, police public service aide, detention
officer, communications operator, police dispatcher, police complaint officer, firefighters and fire rescue dispatcher applicants that
have been mandated for a fitness for duty evaluation.
SCOPE OF SERVICES
ln general, the scope of services includes the four components highlighted above, including: pre-employment services for sworn,
firefighter and fire dispatcher personnel; psychological counseling services for employees for on{he-job incidents; pre-employment
services for civilian personnel, and fitness for duty evaluations.
For further details on the scope of services required, refer to Appendix C, RFP 2014-015-LR for Psychological Services for
Employees (attached).
RECOMMENDATION
APPROVE THE ISSUANCE OF THE RFP
Gondensed Title:
THE ISSUANCE OF A REQUEST FOR PROPOSALS {RFP) No. 2014-01
FOR PSYCHOLOGICAL SERVICES FOR SWORN AND CIVILIAN PERSONNEL
Financial lnformation:
Source of
Funds:
OBPI
2014-015-for Em ployees-lssuance
A*EN.,A TT.* C?C_ oir"_aa7TTS nrIIAMIBEACH 107
g MIAMIBEACH
City of Miomi Beoch, l700 Convenlion Cenier Drive, Miomi Beoch, Florido 33139. www.miomibeochfl.gov
COMMISSION MEMORANDUM
TO: Mayor Philip Levine and Members of
FROM: Jimmy L. Morales, City Manager
DATE: July 23,2014
SUBJECT: REQUEST FOR APPROVAL TO IZE THE ISSUANCE OFAREQUEST
FOR PROPOSAL (RFP) 2014-01s-LR FOR PSYCHOLOGTCAL SERVTGES FOR
EMPLOYEES.
ADMINISTRATION REGOMMEN DATION
Authorize the issuance of the RFP.
BACKGROUND
The City of Miami Beach is contracting the professional services of an experienced and
qualified firm to conduct valid, reliable and cross-cultural testing of police officer, police
public service aide, detention officer, communications operator, police dispatcher, police
complaint officer, firefighters and fire rescue dispatcher applicants at the Contractor's facility
located in Miami-Dade County. The testing is required by the City as part of a thorough
background investigation of applicants. The purpose of these services is to evaluate
whether said applicants are acceptable candidates. Additionally, psychological testing may
include fitness-for-duty evaluations for City personnel on an as needed basis.
The Scope of Service encompasses four (4) parts: Part l: A. Pre-Emplovment
Psvcholoqical Services forSworn Personnel, and B. Pre-Emplovment Psvcholoqical
Services for Firefiqhters and Fire Rescue Dispatchers,
for Emplovees; and Part ll!: Pre-Emplovment Psycholoqical Services for Givilian
Personnel, and Part lV: Fitness for Dutv, as described below. Proposers shall provide Part
l, Part ll, Part lll and Part lV services.
Part l: A. Pre-Emplovment Psvcholoqical Services for Sworn Personnel and B. Pre-
Emplovment Psvchological Services for Firefiqhters and Fire Rescue Dispatchers
It is anticipated that sworn applicants will be required to receive pre-employment
psychological screening services. The Police Department is currently comprised of 381
sworn personnel, and approximately 100 sworn applicants are anticipated to be processed
during FY 2013114. The Fire Department anticipates 150 firefighter and2O fire rescue
dispatcher applicants are anticipated to be process during FY 2013/14. This is an estimate
only and the City shall not be required to adhere to this estimate during the contract period.
108
City Commission Memorandum - Psychological Seryices for Employees
July 23, 2014
Page 2 of 3
Part l!: PsvchologicalServices for Emplovees
On an annual basis, it is anticipated that personnel may require some counseling services.
Successful Proposer shall be available, 24 hours per day, 7 days per week, should it be
needed, to provide Psychological Services to employees at the direction of the Chief of
Police or his/her designee of Fire Chief or his/her designee, or the Director of Human
Resources or his/her designee. Successful Proposer shall ensure confidentiality of
counseling services provided to employees.
Part lll: Pre-Emplovment Psvcholoqical Services for Givilian Personne!
It is anticipated that civilian applicants will be required to receive pre-employment
psychological screening services. Approximately fifty (50) civilian applicants for the Police
Department are anticipated to be processed during FY 2013/14. These are estimates only
and the City shall not be required to adhere to these estimates during the contract period.
Part lV: Fitness for Dutv
The contractor shall administer and interpret additional psychological testing for police
officer, police public service aide, detention officer, communications operator, police
dispatcher, police complaint officer, firefighters and fire rescue dispatcher applicants that
have been mandated for a fitness for duty evaluation.
SCOPE OF SERVICES
ln general, the scope of services includes the four components highlighted above, including:
pre-employment services for sworn, firefighter and fire dispatcher personnel; psychological
counseling services for employees for on{he-job incidents; pre-employment services for
civilian personnel, and fitness for duty evaluations.
For further details on the scope of services required, refer to Appendix C, RFP 2014-01s-LR
for Psychological Services for Employees (attached).
OTHER RFP REQUIREMENTS
e MINIMUM QUALIFICATIONS
Please Reference Appendix C, RFP 2O14-01s-LR for PsychologicalServices for Employees
(attached).
o SUBMITTALREQUIREMENTS
Please Reference Section 0300, RFP 2014-015-LR for Psychological Services for
Employees (attached).
o GRITERIA FOR EVALUATION
Please Reference Section 0400, RFP 2014-015-LR for Psychological Services for
Employees (attached).
109
City Commission Memorandum - Psychological Services for Employees
July 23, 2014
Page 3 of 3
CONCLUSION
The Administration recommends that the Mayor and Commission authorize the issuance of
the RFP 2014-015-LR for Psychological Services for Employees.
ATTAGHMENTS
o RFP 2014-015-LR for Psychological Services for Employees.
JLM/MrA/Do^/F/scr/AD
T:IAGENDA\20't4\July 23\Procurement\RFP lssuance Psychological Services for Employees MEMO.doc
110
REQUEST FOR PROPOSALS (RFP)
PSYCHOLOGICAL SERVICES FOR EMPLOYEES
2014-Or 5-LR
.*.s\li '
.::::::-
-i:.i:]-
"i'.
' "n-::-?::.:]:1,i\ ='!.:-:::r::it:::,= ..:::=
.li:s:i:::]:::
TOURDES RODRIGUEZ, SENIOR PROCURE,YIENT SPECIATIST
PROCUREMENT MANAGEMENT DEPARTMENT
17OO Convention Center Drive, Miomi Beoch, FL 33,l39
305.6737000 X6652 | Fox: 786.394.407 5 | www.miomibeochfl.gov
...i:::::l::::::]:::+
!r:::::::::'
,1W,,',1,i,)li^, E
"@r,*
%9"
RFP ISSUANCE DATE : JUI:{#, 201'ff!tt
rr ::1.::. li: . :.'
PROPOSALS DUE:4UGUST 19,2014 @ 3:00 PM
l ttt., , ,'
ISSUED BY: LOURDES'RODRIGUEZ, CPPB
# &*IAAAIMHACH
111
SOLIGITATION SEGTIONS:PAGE
0100 NoT uTtLtzED ".".."... ..........N/A
0200 TNSTRUCTTONS TO PROPOSERS & GENERAL CONDTTTONS ................................3
O3OO SUBMITTAL INSTRUCTIONS & FORMAT .............10
0400 PRoPoSAL EVALUATTON ....... "...........12
APPENDIGES:
b A,ltaAA!RFATL{
-
J Y il/ \i v ll LJI"-, \\dl I
TABLE OF CONTENTS
APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS
AppENDrx B .No pRoposAl'F.RM ..', < lius
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS
APPENDIX D SPECIAL CONDITIONS
AppENDlx E cosr pRoposAl FoRMrr..,.,, "ii'i!i,,
.
APPENDIX F INSURANCE REQUIREMENTS
%r,
RFP 20r4-0r5-LR
112
,b ,\AlaAAiRFaru
-
l v iJ/ 1i v \iiJL*, l\sl I
SECTION O2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS
1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the
means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the
"proposal") to the City for the City's consideration as an option in achieving the required scope of services and
requirements as noted herein. All documents released in connection with this solicitation, including all appendixes
and addenda, whether included herein or released under separate cover, comprise the solicitation, and are
complementary to one another and together establish the complete terms, conditions and obligations of the
Proposers and, subsequently, the successful Proposer(s) (the "contractor[s]") if this RFP results in an award.
The City utilizes PublicPurchase (www,publicpurchase ) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective
Proposer who has received this RFP by any means other than through PublicPurchase must register immediately
with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum
may result in disqualification of proposalsu'bmitted.
,,r,li,
:, :'.=. '
,,,,,.,,,,,
2. PURPOSE. The City of Miami Beach is contracting theprcftssional sbrvices of an .rifurO and qualified firm
to conduct valid, reliable and cross-cultural testing of police offic-e-r, policb"public service aide, detention officer,
communications operator, police dispatcher, police complaint officer, firefighters and fire rescue dispatcher
applicants at the Contractor's facility located in Miami-Dade County. The testing is required by the City as part of a
thorough background investigation of applicants. The purpose of these services is to evaluate whether said
applicants are acceptable candidates, Additionally, psychological testing may include fitness-for-duty evaluations for
City personnel, on an as needed basis.
4. PROCUREMENT CONTACT. Any questions or cladfications concerning this solicitation shall be submitted to the
Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail:
RafaelGranado@miamibeachfl,qov;or facsimile: 786-394-4188. The Bid title/number shall be referenced on all
correspondence, All questions or requests for clarification must be received no later than seven (7) calendar days
prior to the date proposals are due as scheduled in Section 0200-3, All responses to questions/clarifications will be
sent to all prospective Proposers in the form of an addendum.
Telephone:
305.673.7000 x6652
Email:
lourdesrodriguez@miamibeachfl .gov
Procurement Contact:
Lourdes Rodriguez
ITATION TIMETABLE. Ihelentative schedule for this solicitation is as follows:
RF.F lssued ,tuLY 24,2014
AUGUST 5,2014 at 10 a.m.
AUGUST 12,2014
ResPo@; Due AUGUST 19,2014
Evaluation C ittee Bflew TBD
P ro posei' F resen tation s TBD
Tentative commission oor'*rl.t;nijinl:October 2014
Contract Negotiations Following Commission Approval
RFP 20r4-0r5-LR
113
b AAIAr\ilSIACH
5. PRE-PROPOSAL MEETING 0R SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or
site visit(s) may be scheduled.
A Pre-Proposal conference will be held as scheduled in Solicitation Timeline above at the following address:
City of Miami Beach
City Hall - 4ttt Floor
City Manager's Small Conference Room
1700 Convention Center Drive
Miami Beach, Florida 33139
Attendance (in person or via telephone) is encouraged and recommended as,,aiource of information, but is not
mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow
these steps:
(1) Dialthe TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free NorthAmprica) '
(2) Enter the MEETING NUMBER:1142644
.,sl
lrrrtt""".'"''' 1.i,
,,,.,,,,=
..i
Proposers who are interested in participating via telephone$HB]$-ffisenO an e-mail to the contact person listed in this
RFP expressing their intent to participate via telephone. :
t::::::=i.,
6. PRE-PROPOSAL INTERPRETATIONS. Oral in{ormation or respdii$es to questions received by prospective
Proposers are not binding on the City and will be wittiOut legal effect, includi..qg any information received at pre-
submittal meeting or site visit(s), Only questions answeied by written addendai'vill be binding and may supersede
terms noted in this solicitation. Addendum will be released throu$EAbfiCPurihase
7, CONE OF SILENCE, Pursuan! to Seetion 2-486 of the City Code, all procurement solicitations once advertised
and until an award recomme$Qfu.p has been fonruarded to the City Commission by the City Manager are under the
"Cone of Silence." The Cole of Silence ordinance is available at
http://library,municode.com/index.aspx?clientlDaJ3097,&statelD=9&statename=Florida. Any communication or
inquiry in reference.to this solicitation wiih any City employee or City official is strictly prohibited with the of exception
of communicationS'rwith the Proiurement Direc,lgr, or his/her administrative staff responsible for administering the
procurement proqq, for this solicitation proVidiffg$id communication is limited to matters of process or procedure
regarding the soli tion, CommuniCations re0arding this solicitation are to be submitted in writing to the
Procurement Contait hamed herein with a copy to the City Clerk at RafaelGranado@miamibeachfl.gov,
:
8. SPECIAL NOTICES. %u are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may be found on the City Of Miami Beach website:
http ://web. miam ibeachfl.oov/procu rement/scroll.aspx?id=2351 0
. CONE OF S|LENCE.... CITY CODE SECTION 2486
. PROTEST PROCEDURES CITY CODE SECTION 2-371
o DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2485,3
. LOBBYIST REGISTRATION AND DISCLOSURE OF FEES..., CITY CODE SECTIONS 2481 THROUGH 2-406
. CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487
. CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
ISSUES...,....... CITY CODE SECTION 2488
o REQUIREMENT FOR CITY CONTMCTORS T0 PROVIDE EQUAL
BENEFITS FOR DOMESTIC PARTNERS..... CITY CODE SECTION 2.373
. LIVING WAGE REQUIREMENT.,......... CITY CODE SECTIONS 2407 THR0UGH2'410
. LOCAL PREFERENCE FOR MIAMI BEACH.BASED VENDORS.. ..... CITY CODE SECTION 2-372
RFP 20 I 4.0 ] 5.LR
114
b ,\,11A.A,{lilfAl^L}i v \i.-11 v llL.]I"*l-\\*l I
O PREFERENCE FOR FLORIDA SMALL BUSINESS;OWNED AND
CONTROLLED BY VETEMNS AND TO STATE-CERTIFIED SERVICE-
DISABLED VETEMN BUSINESS ENTERPRISES CITY CODE SECTION 2.374
o FALSE CLAIMS 0RD|NANCE.... CITY CODE SECTION 70-300. ACCEPTANCE 0F GIFTS, FAVORS & SERVICES.... CITY CODE SECTION 2449
9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the
deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written
notice of any such postponement to all prospective Proposers through PublicPurchase.
10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal
due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and
proposed awards, Protests not submitted in a timely manner pursuant to the reqtirements of City Code Section 2-
371 shall be barred"
liii \F;ii;jii
11. MIAMI BEACH-BASED VENDORS PREFERENCE. Pursuant to Cit$ bf Midffi.. ach Ordinance No, 2011-3747,
a five (5) point preference will be given to a responsive and responsible Miami Beaeh d Proposer.
12. VETERAN BUSINESS ENTERPRISES PREFERENCE.,,Pursuant to City of vfiamii;ron Ordinance N0.2011-
3748, the City shall give a five (5) point preference to a'responsive and responsible PropoSer which is a small
business concern owned and controlled by a veteran(s) or which is a service-disabled veterah business enterprise.
::j r,
13, DETERMINATION OF AWARD. The final ran=krqg results of Step 1&2 outlined in Section V, Evaluation of
Proposals, will be considered by the City Managei who may recommend to the City Commission the Propose(s)
he/she deems to be in the best interest of the City oi may recci1pg1g.1d rejectiOh of all proposals. The City Manager's
recommendation need not be consistent with the scoriPig, resuft#ffff,$Iffi,flerein and takes into consideration Miami
Beach City Code Section 2-369, includit.r.g the following c$ffieration5rl,iliillit'
(1) The ability, capacity and skill of the Proposer to perform the contract.
(2) Whether the Proposer cah perform the cohtract within the time specified, without delay or
(3) T|191h.aracter, integrity, reputation, judgment, experience and efficiency of the Proposer.
(a) lThe qualitty of oerforman€G of previous contracts,
t(5) lhe previous and B.xisting compliance by the Proposer with laws and ordinances relating to ther : i'contrffi. iiil
i
The City Commissioi'il$lt l. consider the City Manager's recommendation and may approve such recommendation.
The City Commission mdflalso, at its option, reject the City Manager's recommendation and select another Proposal
or Proposals which it deems io be in the best interest of the City, or it may also reject all Proposals. Upon approval of
selection by the City Commist[$ii[i''negotiations between the City and the selected Propose(s) will take place to
arrive at a mutually acceptable$$reement,
14. ACCEPTANCE OR REJECTION 0F PROPOSALS. The City reserves the right to reject any or all proposals
prior to award, Reasonable efforts will be made to either award the Contract or reject all proposals within one-
hundred twenty (120) calendar days after proposals opening date, A Proposer may not withdraw its proposals
unilaterally before the expiration of one hundred and twenty (120) calendar days from the date of proposals opening.
15. PROPOSER'S RESPONSIBILITY. Before submitting a Proposal, each Proposer shall be solely responsible for
making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions
and requirements affecting the full performance of the contract. lgnorance of such conditions and requirements,
and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any
RFP20I4OI5LR
115
obligation to comply with every detail and with
accepted as a basis for any subsequent claim
Proposer.
22, MANNER OF PERFORMANEE;
,\ Ain,\,1 inr.&j.\l I/v\lf,lv\t mf,F\L-m
all provisions and requirements of the contract, and will not be
whatsoever for any monetary consideration on the part of the
=to perform its duties and obligations in a professional manner
b
16. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals,
or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and
expense) of the Proposer, and shall not be reimbursed by the City,
17. RELATIONSHIP TO THE CITY. lt is the intent of the City, and Proposers hereby acknowledge and agree, that
the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the
Propose/s employees, agents, and/or contractors, shall, under any circumstances, be considered employees or
agents of the City.
'lr:::,-
18. TAXES. The City of Miami Beach is exempt from all Federal Excise andSt xes.
,l ':::::::: "-
19. MISTAKES. Proposers are expected to examine the terms,.,, nditions, speCifications, delivery schedules,
proposed pricing, and all instructions pertaining to the goods and serviCes relative to this RFP. Failure to do so will
be at the Proposer's risk and may result in the Proposal being non-respoq;ive.
;
20. PAYMENT. Payment will be made by the City after the goodBhr, ices have been received, inspected, and
found to comply with contract, specifications, free of damage or deftl0ji.fld are properly invoiced. lnvoices must be
consistent with Purchase Order format,
21. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its
officers, employees, contractors, and/or agents, from liability of any nature oi kind, including cost and expenses for,
or on account of, any copyrighted, p,fi,ts-tiltftd,i or unpatented invention, process, or afticle manufactured or used in the
performance of the contract, inc.ludihg it itliil$Aby the City of Miami Beach, Florida. lf the Proposer uses any design,
device or materials covered .py lb.{.grs, patenE or copyright, it is mutually understood and agreed, without exception,
that the proposal prices shall inc[idedl royalties or cost arising from the use of such design, device, or materials in
and in accordafi* with all applicable.[.ocal,
knowledge or ignorance by the PrOposer
, and Federal laws, rules, regulations and codes. Lack of
applicable laws will in no way be a cause for relief from
responsibility, Proposei agrees that therservices provided shall be provided by employees that are educated, trained,
experienced, certified, and ligensed in,all areas encompassed within their designated duties, Proposer agrees to
furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently
required by applicable laws, rule$, and regulations. Proposer further certifies that it and its employees will keep all
licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force
and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a
material breach of this contract.
Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or
services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation
and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all
applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the
Proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws.
23. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and
RFP 2014015-LR
116
tb ,,\ciA,v\i sil,&c${
Conditions shall have precedence.
?4. ANTI-DISCRIMINATION. The Proposer certifies that he/she is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal
employment opportunity for all persons without regard to race, color, religion, sex or national origin.
25. DEMONSTRATION OF COMPETENCY.
A. Pre-award inspection of the Propose/s facility may be made prior to the award of contract,
B. Proposals will only be considered from firms which are regularly engaged in the business of providing the
goods and/or services as described in this solicitation.
C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and
have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the
services if awarded a contract under the terms and conditions of this solicitation.
D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and
well established company in line with the best business practices in the industry, and as determined by the City
g Ytflffiliy .onrio.r any evidence available regarding the financial, technical, and other qualifications and
abilities of a Proposer, including past performance (experi.l.,,g.), in making an award that is in the best interest of
the City. ..i,
F. The City may require Proposers to show proof that they nave gh designated as authorized representatives
of a manufacturer or supplier, which is the actual source of supp-$r these instances, the City may also require
material information from the source of supply regarding tne qd& _packaging, and characteristics of the
products to be supplied to the City.
- j:,r =B=
26. ASSIGNMENT, The successful Proposer shall not assign,'trahsfetghvey, sublet or othena/se dispose of the
contract, including any or all of itsrj$:t+-t#itte or interest therein, or his/hei or its power to execute such contract, to
any person, company or corporati66, *ith e prior written consent of the City.
d"
It is the intent of the City to purchase the goods
and services specifically listed-in ,,t solicitation from the contractor, However, the City reserves the right to
purchase any goods or services+arded from state or other governmental contract, or on an as-needed basis
through the City's spot market purchase provisions,
30. DISPUTES, ln the event of a conflict between the documents, the order of priority of the documents shall be as
follows:
A. Any contract or agreement resulting from the award of this solicitation; then
B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then
C. The solicitation; then
D. The Proposer's proposal in response to the solicitation.
RFP 201 4-01 5-tR
117
b ,\ A I A A .t i fl) r A rt I/V\llli V\l Sili\LTl
31. INDEMNIFICATION. The contractor shall indemnify and hold harmless the City and its officers, employees,
agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of
defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims,
demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the
performance of the agreement by the contractor or its employees, agents, servants, partners, principals or
subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and
defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The contractor
expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided
by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or
its officers, employees, agents and instrumentalities as herein provided. The abdvb,jndemnification provisions shall
survive the expiration or termination of this Agreement.
32. CONTMCT EXTENSION. The City reserves the right to require'the Contiactor to extend contract past the
stated termination date for a period of up to 120 calendar days in the event that a subsequent contract has not yet
been awarded. Additional extensions past the 120 calendardays may occur as needed by the City and as mutually
agreed upon by the City and the contractor,
33. FLORIDA PUBLIC RECORDS LAW. Proposers are herebi::notified=that all Proposals including, without
limitation, any and all information and documentation submitted therewith, are exempt from public records
requirements under Section 119.07(1), Florida Std{_6pp,,-and s.24(a), Att, 1 of the State Constitution until such time
as the City provides notice of an intended decisioririUF$.E$l t.h,irtV (30) calendar,, ys after opening of the proposals,
whichever is earlier. Additionally, Contractor agrees tQ,pe lfi $*i1opf:npliance wlth Florida Statute 119.0701 including,
but not limited to, agreement to (a) Keep and mairitgn public ieCords that ordinarily and necessarily would be
required by the public agency in order tQ?erform the serttjg,,,,,,,,,,,eS; (b) proVi0e'the public with access to public records on
the same terms and conditions that the public agency woufd provide tli'e records and at a cost that does not exceed
the cost provided in this chapter or as othenrise provided by laW; (c) Ensure that public records that are exempt or
confidential and exempt from pub[ic records disclosure requirements are not disclosed except as authorized by law;
(d) Meet all requirements for retaining publfc'recoids'and,,,.t sfer, at no cost, to the public agency all public records
in possession of tfte+ontractor upon termination of the Contract and destroy any duplicate public records that are
exempt or confide'illial and eXernptfrom public records disclosure requirements. All records stored electronically
must be provided:lo.the public agenCt in a format that is compatible with the information technology systems of the
public agency. r,'*
_t,*
34. MODIFICATIONMITHEEIAWALSPF PROPOSALS. A Proposer may submit a modified Proposalto replace all
or any portion of a previoualyr$.U.bmj$ed Proposal up until the Proposal due date and time. Modifications received
after the Proposal due date aii$itiihe will not be considered. Proposals shall be irrevocable until contract award
unless withdrawn in writing priofto the Proposal due date, or after expiration of 120 calendar days from the opening
of Proposals without a contract award, Letters of withdrawal received after the Proposal due date and before said
expiration date, and letters of withdrawal received after contract award will not be considered.
35. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in
this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and
clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any
or all exceptions and alternatives. ln cases in which exceptions and alternatives are rejected, the City shall require
the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to (as
said term and/or condition was originally set forth on the RFP).
RFP 2014-015-LR
118
b ,,\4lA.\4i milACl-{
36. ACCEPTANCE OF GIFTS. FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of
monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this
Proposal. Pursuant to Sec, 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or
service that might reasonably tend to improperly influence him/her in the discharge of his official duties.
Balance of Page lntentionallv Left Blank
,* t,
d '1,
,,sr
' k i)al!'.. "':z::'a:::F
RFP20I4OI5LR
119
g iv\iAiviiBrACh{
SECTION ()3O() PROPOSAL SUBMITTAL INSTRUCT]ONS AND FORMAT
1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque,
sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten ('10)
bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information
should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation
number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through
email or facsimile, are not acceptable and will be relected.
2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids.
Any Bid received after the deadline established for receipt of proposals will be considered late and not be
accepted or will be returned to Proposer unopened. The City does noLaeeept responsibility for any delays,
natural or othenruise.
3. PROPOSAL FORMAT. ln order to maintain comparability, facilitate the revifurocess and assist the Evaluation
Committee in review of proposals, it is strongly recommended that proposal$fu organized and tabbed in
accordance with the sections and manner specified below. Hard -opy submittals shoCIld be tabbed as enumerated
below and contain a table of contents with page references-,Electronic copies should also be tabbed and contain a
table of contents with page references. Proposals that do,;notEinclude the required information will be deemed non-
responsive and will not be considered. ,;;i r'responsive and will not be considered.
Cover Letter & Minimum Qualifications rements
1.1 Cover Letter and Table of Contents. The cover letter must indicate Propoger and Proposer Primary Contact for the
purposes of this solicitation. *F'
1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully
completed and executed.
1.3 Minimum Qualifications RequiiementCi Submit verifiable information documenting compliance with the minimum
ix C, Minimum Requi
Ex & Qualifications
2.1 Qualifications of.8.r!ffising- Firm. Submit detailed information regarding the firm's history and relevant experience
and proven track re6id of provioingthe scope of services similar as identified in this solicitation, including experience in
providing similarscope of services'to public seCtor agencies. For each prolect that the Proposer submits as evidence of
similar experienie$e following is rBfiftired: project description, agency name, agency contact, contact telephone &
email, and yea(s) ahd t of engagelii.i.11|.
2.2 Qualifications of PioE r Team.,FroMde an organizational chart of all personnel and consultants to be used for
this project if awarded, the role that each team member will play in providing the services detailed herein and each team
members'qualifications. A rdiEmeibf each individual, including education, experience, and any other pertinent
information, shall be included for each Proposal team member to be assigned to this contract.
2.3 Financial Capacity. Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report
(SOR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of
the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer. The Proposer shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/servleUSupplierPortal?storeld=11696
Proposers are responsible for the accuracy of the information contained in its SQR. lt is highly recommended
that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and
as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,
contact Dun & Bradstreet at800-424-2495.
RFP 20 r4-0 r 5-LR r0
120
of Services
Submit detailed information addressing how Proposer will achieve each portion of the scope of services and
technical requirements outlined in Appendix C, Minimum Requirements and Specifications.
Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the
Evaluation Committee to comolete a fullv review and score the orooosed scooe of services.
b r r l i n i lhff n S[ i
/v \tA/v\t mts{\"-ffi
Cost Pro
Submit a completed Cost Proposal Form (Appendix E),
Note: After: proposal submittal, the City reserves the right to+quire aOOitionat inforrn:tion from Proposers (or
Proposer team members or sub-consultants) to determine:,,Qualifications (including, b*t not limited to, litigation
history, regulatory action, or additional references); and financial capability (including, but not limited to, annual
reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years).
h and
Submit detailed information on how Proposer plans to accomplish the required scope of services, including detailed
information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline,
on time and within bu
:ri:i.
ri\+
It-i.\:u:#
.si.i'..:g
lisi.
I Li!!llE;\ lu
:!:
4g,,,^*s
RFP 2014-015-LR
121
sEcTroN 0400
4 ,\,.trAAArwrACH
PROPOSAL EVALUATION
1. Evaluation Committee, An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each
Proposal in accordance with the requirements set forth in the solicitation. If further information is desired, Proposers
may be requested to make additional written submissions of a clarifying nature or oral presentations to the
Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below, lt is important
to note that the Evaluation Committee will score the qualitative portions of the proposals only. The Evaluation
Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2
Evaluations will be fonrarded to the City Manager who will utilize the results to make a recommendation to the City
Commission
2. Step 1 Evaluation. The first step will consist of the qualitative criteria$ted below to be considered by the
Evaluation Committee. The second step will consist of quantitative criteria'-€-E.lqllished below to be added to the
Evaluation Committee results by the Department of Procurement Management.-A*{valuation Committee, appointed
by the City Manager, shall meet to evaluate each Proposal in acco,r nce with thetualifications criteria established
below for Step 1, Qualitative Criteria. ln doing so, the Evaluatioq ommittee may:
o review and score all proposals received, with oi without opnducting interview sessions; or
o review all proposals received and short-list one q6;more F.roposers to be further considered during
subsequent interview session(s) (using the same critB$\,$ :
Proposer Experience and Qualifications, including Financial Capability
Scope of Services Proposed , ",,. ,..,,,,,-
Approach and Methodology ""t,,, .,,
3. Step 2 Evaluation. Following thercsults'6f Step 1 Evalu'ation of qualitative criteria, the Proposers may receive
additional quantitative criteria pointsto be added.by the.Dcpartment of Procurement Management to those points
earned in Step 1, as follows.,, "1-E==
25
20
Cost Proposal
Miami Beach-Based Vendor Preference
Veterans Fieference
4, Cost Proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula:
Samole Obiective Formula for Cost
Vendor Vendor
Cost
Proposal
Example Maximum
Allowable Points
(Points noted are for
illustrative purposes only.
Actual points are noted
above.)
Formula for Calculating Points
(lowest cost / cost of proposal
being evaluated X maximum
allowable points = awarded
points)
Round to
Total
Points
Awarded
Vendor A $ 100.00 20 $100 / $100 X20 = 20 20
Vendor B $150 00 20 $100/$150X20=13 '13
Vendor C $200.00 20 $100 / $200 X 20 = 10 10
RFP 2014-0r5-LR 12
122
lb fu\iA\4iWTACH
5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points
will be added to each evaluation committee member's scores by the Department of Procurement Management" Step
I and 2 scores will be converted to rankings in accordance with the example below:
* Final Ranking is presented,{or e City Manager fog ,urther due diligence and
recommendation to the City C'@1-Spign. Final Ranking does not constitute
an award recommendation untit=s-uthltlffie ap the City Mana$er has made his
recommendation to the City Comhssionf i$fiiq$may betifferent than final
ranking results. 'i;
lir:':.,:, ,.::r=
.-.::.::...' 1l:i=l.,,::.,, ,:,=
. - ;:i:
Committee L
Member 1 ,
Step 1
Points 82 76 80
Step 2
Points 22 15 12
Total 104 91 92
Rank 1 3 :2
C...-qrnmi!!
,Memb€i2
t:ir: l
Step 1
Points 79 85 72
Step 2
Points 22 15 12
Total 101 100 84
::::::.:::iii:uirr!iii
Rzihklr,=1 2 3
iiii#'r
f\fi€Qmmitte"e
llltrrrr::M€mb€r 2
Step 1
Points BO 74 66
Step 2
Points 2*15 12
Total o2 89 78
Rank 1 2 a
RFP 2014-015-LR
123
APPEND XA
& &AIA&A
-
i v lll \I Y t mffi&trh$
Pro poso I S eififiao tid n,
-;;;;l ;,ilili ii:, .
auestiA'N=eq ire &
Requiiem"r{ir flmdovit
Psychti@i#ol Services for Em ployees
DEPARTMENT OF PROCUREMENT MANAGEMENT.l700 Convention Center Drive
Miomi Beoch, Florido 33139
124
Solicitation No:
2014-01 5-LR
Solicitation Title:
Psvcholoqical Services for Employees
Procurement Contact:
Lourdes Rodriouez
Tel:
305.673.7000 x 6652
Email:
lou rdesrod riq uez@m iamibeachfl.qov
PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform
prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from
Proposers in order that certain portions of responsiveness, responsibility and other determining factors and
compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements
Affidavit Form is a REQUIRED FORM that must be submitted fully completed axd executed.
1. General Proposer lnformation. """'-=
FIRM NAME:
No of Years in Business:No of Years in Business Locally: , I No. of:Employees:
OTHER NAME(S) PROPOSER HAS OPERATED UNDER lN THE LAST 10 YEARST
FIRM PRIMARY ADDRESS (HEADQUARTERS):
13l
CITY:
STATE:ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
7-lPl[oDE:
PRIMARY ACCOUNLREP- RESENTATIVE FOR.?HlS ENGAGEMENT:'
ACCOUNT REP TELEPHONE NO,:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP E&!qIL:
FEDERAL TAX IDENTIFICATION NO.:
The City reserves the right to seek additiful information from Proposer or other source(s), including but not limited to: any firm or principal
information, applicable licensure, resum6s of relevant individuals, client information, financial information, or any information the City deems
necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements.
Miami Beach
RFP 2014-01s-LR
AppendixA-Page 1
125
2.
3.
4.
5.
Miami Beach Based (Local)Vendor. ls Proposer claiming Miami Beach based firm status?
[---l vrs [l uo
SUBMITTAL REQUIREMENT: Proposers claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the
City of Miami Beach and the proof of residency requirement, as required pursuant to ordinance 2011-3747, as amended, to
demonstrate that the Proposer is a Miami Beach Based Vendor.
Veteran Owned Business. ls Proposer claiming a veteran owned business status?
[-_l vrs [---l r,ro
brmance by any public sector agency?YES [-_l ruo
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm
is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States
federalgovernment,asrequiredpursuanttoordinance2011-374B,
Conflict Of lnterest. All Proposers must disclose, in their Proposal, the name(s) of-eny officer, director, agent, or immediate family
member (spouse, parent, sibling, and child) who is also an employee of the Cityd Miami Beach. Further, all Proposers must
disclose the name of any City employee who owns, either directly or indirectly, ah interest of ten (10%) percent or more in the
Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)-f any officer, director, ageQt or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the,City of Miami Beach" Proposers must also disclose the name of
any City employee who owns, either directly or indirectly, an.interestof ten (10%) percent or more in the Proposer entity or any of
its affiliates
References & Past Performance. Proposer shal!_submit at least three (3) ffirences for whom the Proposer has completed work
similar in size and nature as the work referenced ifrrsgation
iiii\i!\:::::::::=ii17..,,
SUBMITTAL REQUIREMENT: For each reference !'uffitted,:ftR.following information is required: 1) Firm Name, 2) Contact
lndividual Name & Title, 3) Address, 4) Telephone, S) C@ct'sffiliandrffNarrative on Scope of Services Provided.
Litigation History. Proposer shalts'ubmit a statement ofiny*tigation orffifrtory action that has been filed against your firm(s)
in the last flve years. lf an action has been d, state and dq,scribe the litigation or regulatory action filed, and identify the court or
agency before which the action was institut , the applicable oase or file number, and the status or disposition for such reported
action. lf no litigation or regufatory action h*'been filed againSt ur firm(s), provide a statement to that effect. lf "No" litigation or
regulatory action has been filed against yo*i:,firm(s), please profide a statement to that effect. Truthful and complete answers to
this question qay, notrecessari[y disqualify,a{rm from consideration but will be a factor in the selection process.
Untruthful, r-lisieading+talse swers
f,;.ttris
question shall result in the disqualification of the firm for this project.
SUBMTT,TAEIEQUIREMENT: Proposer shalf submit history of litigation or regulatory action filed against proposer, or any
propo3'br GE@+,nember firm, in the,fd 5 years, lf Proposer has no litigation history or regulatory action in the past 5 years, submit
a statement actordin gly.
6.Suspension, Debarment or Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had
a contract cancelled due to
SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to
action(s),
Miami Beach
RFP 2014-015-LR
AppendixA-Page2
126
Vendor Campaign Contributions" Proposers are expected to be or become familiar with, the City's Campaign Finance Reform
laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all
applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,
as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling
financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not
each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the
office of Mayor or City Commissioner for the City of Miami Beach.
Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its proposal/response
or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable
governmental rules and regulations including, among others, the conflict of interest, l"gp.bying and ethics provision of the City of
Miami Beach and Miami Dade County. ,#
lltE
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Busine$3"Ethiqs. ln lieu of submitting Code of Business
Ethics, Proposer may submit a statement indicating that it will adopt, as requrred in the&ipance, the City of Miami Beach Code of
Ethics, available at www.miamibeachfl .gov/procuremenU"
9.Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may Oe amended from.lime to time, Proposers
shall be required to pay all employees who provide services pursuant,tq this Agreement, the hourly liVilt-grWage rates listed below:
. Commencing with City fiscal year 2012-13 (October 1 , 20f 2)$e hOurtyliving rate will be $1 1 .28/hr with health
benefits, and $12.92/hr without benefits.
The living wage rate and health care benefits ratft,l.1l.ay, by Resolution of,,thb,City Commission be indexed annually for inflation
using the Consumer Price lndex for all Urban ConS*fi.e.m (CPl-U) Miami/Ft. Lauda ale, issued by the U.S. Department of Labo/s
Bureau of Labor Statistics. Notwithstanding the precedin$;,'noannual index shalFexeeed three percent (3%). The City may also, by
resolution, elect not to index the living wage rate in any partiCular year, if it determineS it would not be fiscally sound to implementsame(inaparticularyear). .r\
='-@i6=.='
Proposers' failure to comply with this provision shall be de@d a materialLlbreach under this proposal, under which the City may,
at its sole option, immediatety deem said Pioposer as non@ponsive, and may further subject Proposer to additional penalties
and fines, as provided in the City's Living Wage Ordinance, d$mgnded. Further information on the Living Wage requirement is
available at www.miamibeachfl.govlprocu,L9, nU i
SUBMITTAL REAUREfuIENTi No a;difut sulmittat is required. By virtue of executing this affidavit document, Proposer agrees
to the liviny,wage requirem-pfNgA. a
,,,,,
Equal Benelifslor Employees Wspouses and Employees with Domestic Partners. When awarding competitively solicited
contracts valu'efu over $100,000 'fvtitxe contractors maintain 51 or more full time employees on their payrolls during 20 or more
calendar work the Equal Beii6fits for Domestic Patuers Ordinance 2005-3494 requires certain contractors doing business
with the City of MEEiSeach, who aie awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their
employees with dom6stic,rtggrtners,....:: they provide to employees with spouses. The Ordinance applies to all employees of a
Contractor who work within{t$9..Cjglimits of the City of Miami Beach, Florida; and the Contracto/s employees located in the United
States, but outside of the C f Miami Beach limits, who are directly performing work on the contract within the City of Miami
Beach.
A. Does your company provide or offer access to any bene{ils to employees with spouses or to spouses of employees?
l-_-l vrs l-_-l t'to
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to
10.
Miami Beach
RFP 2014{1s-LR
AppendixA-Page3
domestic partners of employees?
l__-l ves [-_l rrro
127
11"
c. Please check all benefits that apply to your answers above and list in the "other" section any additional
benefits not already specified. Note: some benefits are provided to employees because they have a spouse or
domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic
partner, such as medical insurance.
BENEFIT Firm Provides for
Employees with
Soouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Familv Medical Leave
Bereavement Leave
lf Proposer cannot offer a benefit to domestic partners because of reasons outs@ your control, (e.9., there are no insurance
providers in your area willing to offer domestic partner coverage) you may be eligibte for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a bompleted Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measure,s, Application witl be reviewed for consideration by the City
Manager, or his designee. Approval is not guaranteed and the City-$$ager's decision is final. Further information on the Equal
Benefits requirement is available at www.miamibeachfl.gov/pro nU
Public Entity Crimes. Section 287,133(2)(a), Florida Statutesj:-$-.Et*rrently en-qlpd or as amended kom {ime to time, states that a
person or affiliate who has been placed on the convicted vendor list following a Conviction for a public entity crime may not submit
a proposal, proposal, or reply on a contract to provide any goods-oi'SE es to a public entity; may not submit a proposal,
proposal, or reply on a contract with a public entity for the construction or' of a public building or public work; may not submit
proposals, proposals, or replies on leases of real property to a public entity;'m{.p.ot be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contraCt witr any public entity; andmaV not transact business with any public entity
in excess of the threshold amount provided in s. 287.017 foTCATEGORY TWO'f,dtiH period of 36 months following the date of
being placed on the convicted vendor list. 1r
SUBMITTAL REQUIREMENT: Naadditional submittal is fuEuireO. By virtue ot executing this affidavit document, Proposer agrees
lnitial to Confirm
Rpncihl
lnitial to Confirm
Receint
lnitial to Confirm
Receiot
Addendum 1 Addendum 6 Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
lf additional confirmation of addendum is required, submit under separate cover
Miami Beach
RFP 2014-015-LR
AppendixA-Page4
with the requirements of Secti6iil87.1 33;ifldrida Statutes, and certifies it has not been placed on convicted vendor list.
ffi.12. Acknowledgement of Addeni!&,", After,ffiuance of solicitation, the City may release one or more addendum to the solicitation
which may provide additional informatior,t'iit$B-oposers or alter solicitation requirements. The City will strive to reach every
Proposer having,.,,.r,eceivedsolicitation rihl,or.rgh the City' -procurement system, PublicPurchase.com. However, Proposers are
solely responsi for assuriflg:they hav6..-@ived any and all addendum issued pursuant to solicitation. This Acknowledgement of
Addendum section certifies thaFthe Prop has received all addendum released by the City pursuant to this solicitation. Failure
to obtain and acknowledge receipt of all addendum.,,ilay result in proposal disqualification.
128
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.
Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to
make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after
issuance of an award, shall be without any liability or obligation on the part of the City.
ln its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and
may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may
determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers,
directors, shareholders, partners and employees, as requested by the City in its discretion. ,
The information contained herein is provided solely for the convenience of prospective Prgg$6rs. lt is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does no.tlii{i$,!-e any assurances as to the accuracy of any
Any reliance on these contents, or on any permitted communications with City officials, full be at th.e.fe"c-,ipient's own risk. Proposers should
rely exclusively on their own investigations, interpretations, and analyses. The soliCitation is being providdd:,by the City without any warranty
or representation, express or implied, as to its content, its accuracy, or its completeness, No warranty or representation is made by the City
or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation,'or approval.
The City shall have no obligation or liability with respect to this solicitation, th0 selecfion and the award process- or whether any award will be
made. Any recipient of this solicitation who responds hereto fully acknowledges alf the provisions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to behnd by the terms hereof. Any Proposals submitted to the City pursuant to this
solicitation are submitted at the sole risk and responsibility of hefaf;;ubmitting such Propo.sal
This solicitation is made subject to correction of errors, omissi@$'dffiffiual from the marketwithout notice. lnformation is for guidance
only, and does not constitute all or any part of an agreement. 'ffiffiW,"I'
The City and all Proposers will be bound only-.. as, if and when a P-ropgs l (or Pro$$Hls), as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed b! the parties, and then only pursuant to the terms of the definitive
agreements executed among the parties. Any reSponse to this solicitalior may be accepted or rejected by the City for any reason, or for no
reason, without any resultant liability to the City.
The City is governed by the Government-in-the-sunshine Law, and all PrO@-als and supporting documents shall be subject to disclosure as
required by such law. All P_roposats shall be submitted in sqq]gd propOsal form and shall remain confidential to the extent permitted by
Florida Statutes, until theiatb and time selected for opening the responses. At that time, all documents received by the City shall become
public records.
Proposers are e'xp*ted to make all disclo5urq nd deClarations as requested in this solicitation. By submission of a Proposal, the Proposer
acknowledges and agr ,..lhat the City has thftht to make any inquiry or investigation it deems appropriate to substantiate or supplement
information contained in th posal, and auth6rizes the release to the City of any and all information sought in such inquiry or investigation.
Each Proposer certifies thdt*e- information ;@ntained in the Proposal is true, accurate and complete, to the best of its knowledge,
information, and belief. !,
Notwithstanding the foregoing or anffiiirlgi tained in the solicitation, all Proposers agree that in the event of a final unappealable judgment
by a court of competent jurisdiction whibh imposes on the City any liability arising out of this solicitation, or any response thereto, or any
action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The
previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which
imposes no liability on the City.
ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that
the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
Miami Beach
RFP 2014-01s-LR
AppendixA-Page5
129
I hereby certify that: l, as an authorized agent of the Proposer, am submitting the following information as my firm's
proposal, Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive of this sollcitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,
and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,
discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any
other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by
the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal,
inclusive of the Ceftification, Questionnaire and Requi Affidavit are true and accurate.
State of On this _day of
-,
20-, personally
appeared before me
-
who
county of
-)
stated that (s)he is the
of , a corporation, and that the instrument was signed in behalf of
the said corporation by authority of its board of directors and acknowledged said
instrument to be its voluntary act and deed. Before me:
Notary Public for the State of
My Commission Expires:
Miami Beach
RFP 2014-01s-LR
AppendixA-Page6
130
APPENDIX B
g turiAffiimffic**
F0rm
=
^
:.
.,,,, . =';fu1 4-0] s-LR
Psyc h olo$i@ I€,R[yiCes for E m p I oyees
H*
w'
"No Bid"
DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Convention Center Drive
Miomi Beoch, Florido 33139
131
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) CHECKED AND/OR INDICATED BELOW:
_ Workload does not allow us to proposal
lnsufficient time to respond
_ Specifications unclear or too restrictive
_ Unable to meet specifications
_Unable to meet service requirements
_Unable to meet insurance requirements
-Do
not offer this producVservice
..,,.,,
_OTHER. (Please specify)
We do _ do hot _ want to be retaindd on your mailing list for future proposals
of this type proOuct and/or service.
Signa.ttr".ffi*,-
:z?n
I rile:
,:tL.
ri::i:,:=
Le$-'l,Sompany Nffie:
=Note: Failure l pond, either by submitting a proposal or this completed form,
may result in your company being removed from our vendors list.
PLEASE RETURN TO:
CITY OF MIAMI BEACH
DEPARTMENT OF PROCUREMENT MANAGEMENT
ATTN: Lourdes Rodriguez
PROPOSAL #2014.01s.LR
f 700 Convention Center Drive
MIAMI BEAGH, FL 33139
Miami Beach
RFP 2014-01s-LR
AppendixB-Page1
132
APPENDIX C
g /*!Ai\"/iiBHACH
& Specificotions
.,
=201.4=0] s-LR
Psycholo$icol'Sdrvices for Employees
Minimum Requiaemdnts
DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Convention Center Drive
Miomi Beoch, Florido 33,l39
133
C1. Minimum Requirements. The Minimum Eligibility Requirements for this solicitation are listed
below. Proposer shall submit detailed verifiable information affirmatively documenting compliance
with each minimum requirement. Proposers that fail to comply with minimum requirements will be
deemed non-responsive and will not be considered.
A. Successful Proposer shall be in the business of providing the services as described in
this RFP for a minimum of three (3) years.B. Successful Proposer's team shall include a licensed psychologist. Proof of licensing
must be submitted with Proposal or within three (3) days as requested by the City.
C2. Statement of Work Required. The City of Miami Beach is contracting the professional
services of an experienced and qualified firm to conduct valid, reliable and cross-cultural testing of
police officer, police public service aide, detention officer, communications operator, police
dispatcher, police complaint officer, firefighters and fire, rescue dispatcher applicants at the
Contractor's facility located in Miami-Dade County. The.lp..$tlng is required by the City as part of a
thorough background investigation of applicants. Therpurpose of these services is to evaluate
whether said applicants are acceptable candidates",liAdditionally, psychological testihg,may include
fitness-for-duty evaluations for City personnelon an as needed ba$\
The Scope of Service encompasses fou.r (4) parts: Part'EPre-Emplovment Psvcholoqical
Services for Sworn Personne!, and B. Pre-Emplovment;fsycholoqical Services for
Firefiqhters and Fire Rescue Dispatcher.g, Pqrt ll: Psvcholci-qii,El Services for Emplovees;
and Part !ll: Pre-Employment Psychological Services for Civitilh Personnel, and Part lV:
Fitness for Duty, as described below, Proposers shall provide Part l, Part ll, Part lll and Part lV
services
It is anticipated that,sworn applicgnts will be iequired to receive pre-employment psychological
screening services. The Police D6irgrtment is currently comprised of 381 sworn personnel, and
approximatelv 100 sworn appticants aie bnticipated to be processed during FY 2013114. The Fire
Departmenftnticipates 150 firefighter and 20 fire rescue dispatcher applicants are anticipated to
be process during FY 2013114, This is an estimate only and the City shall not be required to
adhere to this estimateiuring the contract period.
Part ll: PsvcholoqicalServices for Emplovees
On an annual basis, it is anticipated that personnel may require some counseling services.
Successful Proposer shall be available, 24 hours per day, 7 days per week, should it be needed, to
provide Psychological Services to employees at the direction of the Chief of Police or his/her
designee of Fire Chief or his/her designee, or the Director of Human Resources or his/her
designee. Successful Proposer shall ensure confidentiality of counseling services provided to
employees.
Miami Beach
RFP 20'14-01s-LR
AppendixC-Pagel
134
Part lll: Pre-Employment Psvcholoqical Services for Civilian Personnel
It is anticipated that civilian applicants will be required to receive pre-employment psychological
screening services. Approximately fifty (50) civilian applicants for the Police Department are
anticipated to be processed during FY 2013/14. These are estimates only and the City shall not be
required to adhere to these estimates during the contract period.
Part lV: Fitness for Duty
The contractor shall administer and interpret additional psychological$sting for police officer,
police public service aide, detention officer, communications operatoi, police dispatcher, police
complaint officer, firefighters and fire rescue dispatcher applicants thht have been mandated for a
fitness for duty evaluation. .-, , ,,
C3. Specifications. -., .:- = _
The Scope of Service encompasses four (4) parts: Part I: A..Pre=Emplovment Psvcholoqical
Services for Sworn Personnel, and
'4. 'pre-e
Firefiqhters and Fire Rescue Dispatchgrs, Part ll: Psychglogical Services for Employees;
and Part lll: Pre-Employment Psycholoqical Services for Givilian Personnel, and Part lV:
Fitness for Dutv, as described below. Proposers,shall provide Part l, Part ll, Part lll and Part lV
services, Failure to provide all services in Part l, Part Il, Part lll and Fart lV may deem Proposer as
non-responsive, lt is the intent of the City to award,All Peru ['p.fffi' (1) contractor,
PART I SERVICES: A. PRE-EMPLOYMENT PSYCHOLOGICAL SERVICE FOR SWORN
A. BAC KGRO.=1.1,,..+,g*r*.
screenin!.ervices. The
approxi mateFf 00 sworn
estimate only\pd the City not be required to adhere to this estimate during the contractperiod. *' 1 ,..,, =
B. SCOPE OF SERVICES
1, TEST ADMINISTRATION/ VALIDITY EVIDENCE
Successful Proposer shall create, administer and interpret one or more tests with
demonstrated ability to identify applicant's suitability for police work or careers in law
enforcement.
that sworn applicants will be required to receive pre-employment psychological
-.s. The Policg Department is currently comprised of 381 sworn personnel, and
r0 sworn ap$ffints are anticipated to be processed during FY 2013t14. This is an
d the Citv sPlHll not be required to adhere to this estimate durinq the contract
Miami Beach
RFP 20'14-015-LR
AppendixC-Page2
135
ln the administration of the test, Successful Proposer shall indicate which of the following
abilities and characteristics, identified through the most recent job specifications of the
police officer position are measureable through the various instruments proposed:
a. Coqnitive Abilitieso Ability to learn and apply new information.o Ability to accurately remember the important details or concepts in written or verbal
information.o Ability to devise practical and appropriate solutions to prob,,lels, even where there is
no standard procedure, using "common sense" and gooQudgment.o Ability to reevaluate decisions when presented wit-F=.*.ew information, and modify
course of action, if necessary.o Ability to plan and manage work activities so that iequired-= are completed and
submitted on time.
@ u
b. lnterpersonalAbilities ,'-" =' %
. Ability to interact effectively with peopte from a wide variety oi cultural and
socioeconomic backgrounds.o Ability to tolerate difference iFgsocial/ cultural values and practices.o Ability to display interest in, cdfl$$fn for, and consideration of, the needs and feelings
of others,o Ability and willingness to speak aild interactwith cit2ens in a non-threatening manner,o Ability to work",c.go,pe6atively with fellpw;0fficers and foster teamwork.o Ability to show asbertiveness, firmneSs, and self-confidence.
c. Written and Oral Communication Ability. Abilit :, to com te','i*f6 hd instructions factually without interjecting
personal biases oi emotional reaCtions.o Ability to resp,ond to questig.,,lsjirectly with essential facts, analysis, and rationale.
'r . Ability to read and understanO i wiOe variety of written materials.. Ability to i'ecord vlStral observations and spoken information accurately in writing.. Ability to use pro$er English grammar, spelling, punctuation, and structure in written
communications,
t:
d. Motivation. Wittingness to put in extra effort to acquire new knowledge or skills, or to remedy
performance deficiencies.o Willingness to persist and maintain diligence in fulfilling routine, tedious, difficult, or
unpleasant assignments.. Willingness to seek out and complete additional tasks during slow periods.o Willingness and ability to complete necessary work steps and assigned tasks
independently with little prompting and intervention,o Ability and willingness to maintain dependable work habits, such as reporting for duty
on time, with little prompting and intervention.
Miami Beach
RFP 2014-01s-LR
AppendixC-Paqe3
136
e.Personal Maturitv and lnteqrityo Ability to maintain self-control, patience, and persistence in response to frustration,
hostility, or adversity.o Willingness to assume accountability for actions and decisions.o Willingness and ability to admit mistakes and deficiencies to others and take
constructive steps to remedy them.o Willingness and ability to follow lawful orders, rules, regulations, and procedures,
without undue questioning, resistance, or complaint.o Ability and willingness to exercise independent judgment.
.:...1._.;=o Ability to withstand pressure from others and stick by.d@iohs or courses of action
. Ability and willingness to release personal stresslnd tgiisi..on in appropriate, non-
destructive ways.o Willingness and ability to resist using authorifl of position tor nerso"!',]l gratification or
gain' *tt1 .ir," .:::::=:::. ... Willingness to refuse favors, sped'i'E privilege$; nd/or gratuitieSir,'bffered by
shopkeepers and/or residents without givin$ offepSe'6i'-reating ill-will. ''
cLrNrcAL TNTERVTEW *xl i :=-
Successful Proposer shall conduct a clinical interview for the puJpose of confirming written
test findings and identifying evidence of the foltowing: ':;;:::'
. Psychiatric history,:,,,,,,... Reported d[ aalcohol usage. Employment history/ p6oblems. Prior arrests or legal ffiOtems. Famity tory p.ffiiffirruLlLl,iiii,;;rri::,= =o y'otuipolgntiatp[EaUmS """'
'
l.r : \:;:i:i:t:::::::: ..=
REPORTING PROCEDURES
@onallwrittentestsandclinicalinterviewsconductedona
per ferbon basis. These reports shall specify, at a minimum, the scoring and interpretation
of the tesUinterview$ and stipulate rating category types of acceptable, marginal, or
unacceptable and reasons thereof, and/or any sub-categories utilized.
.a
It is the expectation of the City that the results of the tests/interviews be submitted in
written format to the City in any expeditious manner so as to eliminate delays in the hiring
process of law enforcement personnel.
Additionally, the Successful Proposer shall defend and/or represent the City in any legal
proceedings should any claims or allegations about the validity of the test battery be made
by any individual(s),
2.
5
Miami Beach
RFP 2014-01s-LR
AppendixC-Page4
137
PART 1 SERVICES: B. PRE.EMPLOYMENT PSYCHOLOGICAL SERVIGE FOR FIREFIGHTERS
AND FIRE RESCUE DISPATCHERS
There are two Phases of evaluation: Phase 1 is the personality suitability evaluation, and Phase 2
is the emotional stability evaluation" For the Miami Beach Fire Department, Phase 1 will be
conducted as a pre-employment evaluation and Phase 2 as post conditional offer of employment.
A. Firefiqhters
The Contractor shall administer and interpret one or more tests, which shall identify and
screen Firefighter applicants, who possess the following psychological characteristics:
Phase 1: Personalitv Suitability Evaluation
1" Maturity
2. Responsibility
3. Socialization adequacy
4. Flexibility
5. General academic potential -.
==- -*
6. lnterpersonal conflict meas@lriap,pertiveness, moodiness, social alienation, familydiscord) I
7. Social ability
8. lnitiative/goalorientation tii I il '"=== "'
10. Job performance predi ons of absen6e, lateness, and disciplinary actions.
Phase2:EmotionalStabiliti,Ealuation :
,Nryitu-
.24i(t, tlttt. : :,::
1, rPSyeh6sis', ,. ,. "=
2" Ch aracter diq!1fl ers (eip,ecia I ly anti-soci al perso n al ity d isorders)
Q1 11^$ignificant neriffi symptomatology (phobic personality, undue suspiciousness)
4 i.t.81..*S..-.od d i so rd e rs (aaiety, d ep ress i o n )5. P'6r.,im pu Ise contE| (ang e/hosti I ity patterns)
6. Need'f igh le of excitement
7. TendehEy to=,b ry passive or aggressive in the face of conflict
8. Strong racialtr ethnic prejudice
9. Poor self-concept
10. Job performance prediction of absence, lateness, and disciplinary actions
'1 1. Substance abuse tendencies
B. Fire Rescue Dispatchers
Phase l: Personally Suitability Evaluation
1. General academic potential
2. Maturity Miami Beach
RFP 2014-0'15-LR
AppendixC-Page5
138
3. Responsibility
4. Flexibility
5. Compliance with rules and regulations
6. High stress tolerance
7. High tolerance for routine
8, Ability to interact closely with co-workers
9. Ability to work in a structured, clearly supervised work environment
10. Ability to work as a team member
Phase ll: Emotional Stabilitv Evaluation ,ttxt
1. Psychosis
2. Character disorders
3. Significant anxiety symptomatology (phobias, undue suspiciouiness)
4. Mood disorders (depression)
5. Poor impulse control (anger/hostility) ',,
7. Poor seltconcept
8. Substance abuse tendencies
oJ.
PART II SERVICES: PSYCHOLOGICALSERVIQES FOR EMPLSYEES
A. BACKGROUND
I :', ,.
On an annual basis, it is-anticip-ated that personnel may require some service(s) as delineated
below,'l
Successful Proposer shatlrhe:,: ailaB".t$:#$hours pet day, 7 days per week, should it be needed, to
provide Psycho=[.q-ieal Serviee$ dffilil' es at the direction of the Chief of Police or his/her
designee, or Fiid-'Ghief or hi6ffiq$-designee, or the Director of Human Resources or his/her
designee.
,. N :
Successful Froposer shall ensUre confidentiality of counseling services provided to employees,
B. SCOPE OF SERVfCE-,:, GOUNSELING SERVICES
1. Successful PropoSer shall provide counseling, including but not limited to the following
areas:. Post traumatic (incident) counseling. Crisis intervention
Miami Beach
RFP 2014{'15-LR
AppendixC-Page6
139
PART lll SERVICES: PRE-EMPLOYMENT PSYCHOLOGICAL SERVICES FOR CIVILIAN
PERSONNEL
A. BACKGROUND
It is anticipated that civilian applicants will be required to receive pre-employment psychological
screening services. Approximately fifty (50) civilian applicants are anticipated to be processed
during FY 2013114. These are estimates only and the City shall not be required to adhere to these
estimates during the contract period.
,'B. SCOPE OF SERVICES
ln those instances in which civilian applicants undergo a pre-employment psychological evaluation,
the evaluation shall be based on the relative responsibilities oflhe specific position
1, TEST ADMINISTRATION/ VALIDITY EVIDENCE
Successful Proposer shall create, aOminbter O lqtiirpt one or more tests with
demonstrated abi|ity to identify applicant's suitabififf e pci'sition.
ln the administration of the test, Successful Rroposffifi!,l Oicate which of the following
abilities and characteristics, identified'threugh the mosi'fEbnt'job specifications of the
position are measureable through the varioui instruments p,@sed:
. Adequate verbalskills and communications. Probleffifisolvingl'i\QBrning ability and multi tasking. CoriT0lid$ffi,,"with r![ , regulations a:nd procedureso Abi|ity to rrt?if,t&.qv-1.\F #Etr1 'mi|itary settingo Good judgmdhtand decBion*naking in crisis situationso StreSs 16letance"1,-.F..,,,=o Reliable team membei..
o fositive work habits and conscientiousness
o ftsence of sOlf-destructive behaviors that could affect job performance. Em lstability necessary to perform the job
2, CLINICAL INT-iVIEW
Successful Proposer shall conduct a clinical interview for the purpose of confirming written
test findings and identifying evidence of the following;
. Psychological history/treatment. Reported drug or alcohol use. Employmenthistory/patterns. Legal history/arrests etc.. Serious family problemso Financial/credithistory
Miami Beach
RFP 2014-015-LR
AppendixC-Page7
140
. Educational history. Sexual misconducto Military history. Any other relevant potential background problems
3" REPORTING PROCEDURES
Proposer shall submit a report on all written tests and clinical interviews conducted on a
per person basis. These reports shall specify, at a minimum, the scoring and interpretation
of the tesUinterview(s), and stipulate rating category types o-f=,.acceptable, marginal, or
unacceptable and reasons thereof, and/or any sub-categories DtfliZed.
It is the expectation of the City that the results of the tests$nlerviews be submitted in
written format to the City in any expeditious manner so as to eliiEi e delays in the hiring
Additionally, the Successful Proposer stratfund andlor represent the Gity in any legal
proceedings should any claims or allegations iAouttnerclidity of the test ptattery be made
At the request of the Chief of Police or his/hei@gneeiOr'f Chief or his/her designee, or the
Director of Human Resources'orhis/her designe,e, the Contractor shall administer and interpret
additional psychological testing for City employee$ that have been mandated for a fitness for duty
evaluation.
Miami Beach
RFP 2014-01s-LR
AppendixC-Page8
141
APPENDIX D
M$AM$ Wffi&ffih{
r l"''
"s
Speciol{on#lion3
\s
. =, , RFG 201 4-0,1 s-LR,"tPsyc@Oi Ces for Employees
PROCUREMENT DIVISION,l700 Convention Center Drive
Miomi Beoch, Florido 33,l39
142
1.
2.
TERM OF CONTRACT. The contract shall commence upon the date of notice of award and shall
be effective for two (2) years.
OPTION TO RENEW. The City, through its City Manager, will have the option to extend for two (2)
additional two-year periods subject to the availability of funds for succeeding fiscal years.
Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder.
This prerogative will be exercised only when such continuation is clearly in the best interest of the
City.
FAILURE TO PERFORM. Should it not be possible to reach the contractor or supervisor and/or
should remedial action not be taken within 48 hours of any failure'rto perform according to
specifications, the City reseryes the right to declare Contractor in,default of the contract or make
appropriate reductions in the contract payment.
ADDITIONAL SERVICES. Services not specifically id-enlilied in this requEst may be added to any
resultant contract upon successful negotiations and mutuai consent of the Contracting parties.
RECORDS. During the contract period, anO [::at least fi-1g- (5) srUsequeni$ars thereafter,
Successful Proposer shall provide the City to all fileS= recordS intained on the City's behalf.
3.
4.
5.
Miami Beach
RFP 2014-XXX.AB
AppendixD-Pagel
143
APPENDIX E
ffirAffilmffi&ffih{
PrC#psAI FormCost
:l
RFP
icol
H
ffi'
$"
201 4..o1 5-LR
rt.Services for EmployeesPsychote@
PROCUREMENT DIVISION
1700 Convention Center Drive
Miomi Beoch, Florido 33,l39
144
APPENDIX A
PROPOSAL TENDER FORM
Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in
full accordance with the requirements of this lTB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance. The Bid Price Form (Section 5)
shall be completed mechanically or, if manually, in ink. Bid Price Forms (Section 5) completed in pencil
shall be deemed non.responsive. All corrections on the Bid Price form (Sec..!.I,9n 5) shall be initialed.
Sworn Employees:
Civilian Employees:
Rate $
Rate $-
Miami Beach Fire Rescue Department:
Phase l:
x 100 = $
x 25=$
!:l1t
dti.!.;;z
Firefighters: Rate $
Fire Dispatchers; Rate $
Phase ll:
Firefighters: Rate $
Fire Dispatchers: Rate $
x 150 = $
x 20=$
x 150 -- $
x 20=$
$,,
::::l-
Yi;tri1,,tr,E
:
':ls
",
Part ll - Psychological Services foi Employ6$ Proposers shall provide both a cost on an hourly basis; and shall provide an
all-inclusive cost to provide anylall ol lhese seffis and regardle5s of the number of individuals seeking such services, on a
monthly basis, with the understanding th,at servi -.,.qre on an as needdd', when-needed basis. lt will be the decision of the City
whether to utilize the hourly rate, or the fdE-.ra-te.;:d-ffi.ffii6g uponfhatwhich is in the best interest of the City.
Part lll - Pre.Employme'nt Psychological services for Civilian Personnel. Proposers must provide a cost on a per individual
basis to provide all requiibd services. Propqsers shall additionally provide in detail any and all costs associated to defend and/or
represent the City in any legat proceedings. on a per individual basis if the finding/recommendation of the Successful Proposer is
contested by an applicant(s). These s, if applicable, shall be itemized in detail. Further, any additional services and their
associated costs not addressed in?art C of the Scope of Services but which may be requested or required of the City shall also
be detailed in your proposal. ::'
Hourly Rate: $
Monthly Rate: $x12=$
Cost per lndividual: $x50=$
Cost related to legal proceedings: $- x 6 = $
Miami Beach
RFP 2014-015-LR
AppendixE-Pagel
145
Part lV - Fitness for Duty Evaluation. Proposers shall provide a fix price per evaluation.
Cost per lndividual: $_ x 12 = $
GRAND TOTAL FOR PARTS l, ll, llland lV: $
,d& *
, ,11 .S
Miami Beach
RFP 2014-01s-LR
AppendixE-Page2
Company:
Autho rized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
146
APPEN DIX F
& &ArAfrAtrew&rpd:- J V il/ \f Y lltJl*, \\"d$ $
I nsu ro n ce,, Rffi..g U ire m e n ts
"4+ "i:
RFP
.. : ,:::rll:l
Psych€*.4icol Employees
,,iilH
201 Aw,pt 5-LR
r ii .tr'
Services for
PROCUREMENT DIVISION
1700 Convention Center Drive
Miomi Beoch, Florido 33,l39
147
&,w $d\$Affi$Wm&tN
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to
maintain throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual lndemnity (Hold harmless endorsement
exactly as written in "insurance requirements" of specifications)-.,,1
XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included.
-4,ExcessLiability-$-.00peroccurrencetofollwtheprimarycoVerageS.XXX5. The City must be named as and additional insured.on the tiaUitity policies; and it must be stated on thecertificate, ::::: =
_ 6. Other lnsurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and lndemnity
_ Employee Dishonesty Bond
The certificate must
notice required.
, latest edition.
and title
L ;4\ Llirit
a'lr rI' nnQd .UUo'nnI 'VV,f. . .nnp :vu
$ ''.00
$--.-----------iCIO$'00
XXX 7.
XXX 8,
XXX 9.
The City of Miamj,Beach is self-inqured.=*ny and all claim payments made from self-insurance are subject
to the limits aiid provisions of FI@a Statute 768.28, the Florida Constitution, and any otherapplicable
Statutes. '' :Z
Miami Beach
RFP 2014-01s-LR
AppendixF-Pagel
148