Loading...
C2C-Issue RFP Psychological Services For EmployeesCOMMISSION ITEM SUMMARY Condensed Title: T FOR APPROVAL TO AUTHORIZE THE ISSUANCE OF A REQUEST FOR PROPOSALS (RFP) No. 2014-015-LR FOR PSYCHOLOGICAL SERVICES FOR SWORN AND CIVIL]AN PERSONNEL lntended Outcome Environmental Item Summary/Recommendation: Beach is contracting the 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-Emolovment Psvcholoqical Services for Sworn Personnel, and B. Pre-Emplovment Psvcholoqical Services for Firefiqhters and Fire Rescue Dispatchers, Part ll: Psvcholoqical Services for Emplovees; and Part lll: Pre-Emplovrnent Psvcholoqical Services for Civilian Personnel, and ru_Elfs for Dutv, as described below. Proposers shall provide Part l, Part ll, Part lll and Part lV services. Part l: A. Pre-Employment Psvcholoqical Services for Sworn Personnel and B. Pre-Emplovment Psvcholoqical 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 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 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-Emolovment Psycholooical Services for Civilian Personnel It is anticipated that civilian applicants will be required to receive pre-employnent 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 Source of Funds: OBPI AGE,*ETA. ,r.* C?c- oi'i-TegiF7T(E n,IIAAAISEACH 107 g MIAMIBEACH City of Miomi Beoch, 1700 Convenlion Center 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 ORIZE THE ISSUANCE OF A REQUEST FOR PROPOSAL (RFp) 2014-015-LR FOR PSYCHOLOGTCAL SERVTGES FOR EMPLOYEES. ADMINISTRATION RECOMMENDATION Authorize the issuance of the RFP. BAGKGROUND 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 Psvchological Services for Sworn Personnel, and Services for Firefiqhters and Fire Rescue Dispatchers, Part ll: PsvcholoqicalServices for Emplovees; and Part lll: Pre-Emplovment Psvcholoqical Services for Givilian Personnel,and@,asdescribedbelow.ProposersshallprovidePart 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 Firefighters 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 firefighterand 20 fire rescue dispatcher applicants are anticipated to be process during FY 2013/14. This is an estimate only and the Cig 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 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 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 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). OTHER RFP REQUIREMENTS o MINIMUM QUALIFICATIONS Please Reference Appendix C, RFP 2014-015-LR for Psychological Services for Employees (attached). o SUBMITTALREQUIREMENTS Please Reference Section 0300, RFP 2014-015-LR for Psychological Services for Employees (attached). o CRITERIA FOR EVALUATION Please Reference Section 0400, RFP 2014-015-LR for Psychological Services for Employees (attached). 109 City Commlssion fibmonndum - Psychologlcal Servlces for Employees July 23,2011' Page 3 of3 CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 2014-015-LR for PsychologicalServices for Employees. ATTACHMENTS o RFP 2014-015-LR for PsychologicalServices for Employees. JLM/MrA/DoA/F/scr/AD 110 REQUEST FOR PROPOSALS (RFP) PSYCHOTOGICAL SERVICES FOR EMPLOYEES 2014-01 5-LR RFP ISS PROPOSALS 2014 @ 3:00 PM ISSUED BY:EZ, CPPB & MIAAAilBHACH tOU R DES RODR,IGUEZ, SE N IOR PROC U RETVIENT SPEC IALIST PROC UREMENT MANAGEME NT DEPARTME NT 1700 Convention Center Drive, Miorni Beoch, FL 33'139 3O5.673.7AO0 X6652 | Fox: 786.394.4O75 | www.miomibeochfl.gov 111 E MIAMIBEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NoT uTtLtzED ......... ........................... N/A O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS ...............3 O3OO SUBMITTAL INSTRUCTIONS & FORMAT .............10 O4OO PROPOSAL EVALUATION ........,....,,,12 APPENDICES: APPENDIX A APPENDIX B nPpgltox c APPENDIX D APPENDIX E APPENDIX F PROPOSAL CERTIFICATON, QUEST "NO PROPOSAL" FORM MINIMUM REQUIREMENTS & SPECIAL CONDITIONS COST PROPOSAL INSURANCE REQUIREME RFP 20r4-o15-LR 112 b AAIAAAIBTACH SECTION O2()() 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. "l' '' The City utilizes PublicPurchase (www.publicpurchase.com) for automaticgtification of competitive solicitation opportunities and document fulfillment, including the issuance of any a${,QpQum to this RFP. Any prospective Proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. .,. j I i 2. PURPOSE. The City of Miami Beach is contracting the @sional services of an experienced and qualified firm to conduct valid, reliable and cross-cultural testing of police of,f-.}cer, poliCapublic r.r,.*,.'0., detention officer, communications operator, police dispatcher, police complaint officer, firefighters and fire rescue dispatcher applicants at the Contractor's facility located in Miami-Dade County. ''Tfifffjfiesting is required by the City as part of a thorough background investigation of applicants. .ffhe purpose of thebe,,serv-ices is to evaluate whether said applicants are acceptable candidates. Additionally, psyihological testing mfl$li{n€lude fitness-for-duty evaluations for City personnel, on an as needed basis. 4. PROCUREMENT CONTACT. Any questions or clarifications 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. Procurement Contact: Lourdes Rodriguez Telephone: 305.673.7000 x6652 Email: lou rdesrodrig uez@miamibeachfl .gov schedule for this solicitation is as follows: ffi" R$..R lssued JULY 24,2014 AUGUST 5,2014 at 10 a,m. Deadl ine fpr Recei0t d4ueStionE AUGUST 12,2014 Res0effi,pyB AUGUST 19,2014 Evaluation Committee ff6ffiew TBD Proposer Presentations TBD Tentative Commission ApproVal Authorizing October 2014 Contract Negotiations Following Commission Approval RFP 20r4-015-LR 113 b AAIAMIMffiAC$-I 5. PRE-PROPOSAL MEETING OR 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 - 4th 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 a source of information, but is not mandatory" Proposers interested in participating in the Pre-Proposal Submisslon Meeting via telephone must follow these steps: =rr.,,.,._ (1) Dialthe TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free No-gir America) "= (2) Enter the MEETING NUMBER:1142644 i: '\ =..==... :.. - Proposers who are interested in participating via telephone'-hCIft send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. "=16. PRE-PROPOSAL INTERPRETATIONS. Ora[ inJormation or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, inetldi,lJ,,g any information received at pre- submittal meeting or site visit(s). 0nly questions answered by. written adderi,$H will be binding and may supersede terms noted in this solicitation, Addenlfr .* be releaboed throuUh Pub!i!1,r1|pr6hase 7. CONE OF SILENCE. Pursug#/t6' S:66ffip"2-a$6 of the City Code, all procurement solicitations once advertised and until an award recommendlation has b6.B'rt forwarded to the City Commission by the City Manager are under the "Cone of Silence." =The -:.i g.ne of Silence ordinance is available at http://library,municode.com/index.aspX-?cliffifD;t3p.,/ gtatelD=9&statename=Florida, Any communication or inquiry in reference to thi5sdlicitation fitF y City emplo/ee or City official is strictly prohibited with the of exception of communications with the Procurement':Birector, or his/her administrative staff responsible for administering the procurement process for this solicitation proViffi$ said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact nbm,e_d herein with a copy to the City Clerk at RafaelGranado@miamibeachfl.gov. -:..aaa::::::a:_ 8. SPECIAL NOTICESSou are hereby advised that this solicitation is subject to the following ordinances/resolutions, whidh may be found on the City 0f Miami Beach website: http ://web. miamibeachfl.qov/procu remenUscroll,aspx?id=235 1 0 . CONE OF S|LENCE.... CITY CODE SECTION 2486 . PROTEST PROCEDURES CITY CODE SECTION 2-371 . DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THR0UGH2485.3 . LOBBYIST REGISTMTION AND DISCLOSURE OF FEES..,. CITY CODE SECTIONS 2481 THROUGH2-406 " CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487 . CAMPAIGN CONTRIBUTIONS BY LOBBYISTS 0N PROCUREMENTISSUES.......,... CITY CODE SECTION 2488 o REQUIREMENT FOR CITY CONTRACTORS TO 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 20I 4-O I 5-LR 114 AAIAAAISTACH . PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE. DISABLED VETEMN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 . FALSE CLAIMS ORDINANCE.... CITY CODE SECTION 7O.3OO . ACCEPTANCE OF 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 6giUi:r,,ements of City Code Section 2- 371 shall be barred" : :::=':::::::::= 11. MIAMI BEACH-BASED VENDORS PREFERENCE. Pursuant to Ci$nf Mieffi$each Ordinance No. 2011-3747, a five (5) point preference will be given to a responsive and responsible Mi.ami Bedtli d Proposer. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuantto Cityof Miami Beach Ordinance N0.2011- 3748, the City shall give a five (5) point preference to a re$ponsive and responsible Piopo5er which is a small business concern owned and controlled by a veteran(s) or which is a serviie-disabled veterah business enterprise. 13. DETERMINATION OF AWARD. The final ra-!..[i,,1],f results of Stefu 2 outlined in Section V, Evaluation of Proposals, will be considered by the City Manageiffijitsrumy recommendto the City Commission the Propose(s) he/she deems to be in the best interest of the City or may iecommend rejection of all proposals. The City Manage/s recommendation need not be consistent with the scorlitfr. restltsidentifie.d&rein and takes into consideration Miami Beach City Code Section 2-369, inclg$ing,the following C&.,psfiferations: ' (1) The ability, capacity and skill of the Propbser to perform the contract. (2) Whether the Proposer can perform the contract within the time specified, without delay or interference (3) Ths,eharacter, integrity, reputation, iudgment, experience and efficiency of the Proposer. (4)Jh'b q u a I ity ef,perfo rm ance of p revi o u s co ntracts. J5;r6. previous aEd'existing compllance by the Proposer with laws and ordinances relating to the cofifa = , The City Commissioh=.$,,Eia consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, relect the City Manager's recommendation and select another Proposal or Proposals which it deems tg;pe in the best interest of the City, or it may also relect all Proposals. Upon approval of selection by the City CommiSBffinegotiations between the City and the selected Propose(s) will take place to arrive at a mutually acceptableAgreement, 14. ACCEPTANCE OR REJECTION OF 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 RFP 2014-015-LR 115 E AAIANAIBIACH obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 16. COSTS INCURRED BY PROPOSERS. Allexpenses 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 Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. .,1:::=' 18. TAXES. The City of Miami Beach is exempt from all Federal Excise andp taxes. 19. MISTAKES. Proposers are expected to examine the terms.;.,go1ditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods aq$*rv'ms relative to thislFP. Failure to do so will be at the Proposer's risk and may result in the Proposal berrlg rip,grespoqp,,.lve = , .., rI ' 20. PAYMENT. Payment will be made by the City after the godd .,r inliCes have been feceived, inspected, and found to comply with contract, specifications, free of damage or def€;:ild are properly invoiced, lnvoices must be consistent with purchase order format, lia , ,,1', ,,.: :'.,.+,, \-S--......,:,u- 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 natu,r kind, including cost and expenses for, or on account of, any copyrighted,,Rffig1$gd, or unpatentedihVention, piocess, or article manufactured or used in the performance of the contract, includihg ifsuse by the City of Miami Beach, Florida. lf the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royaltieslr cost arising'from the use of such design, device, or materials in any way involved in the work. . :'r=. - : I :::::::::::::::r '"::,::::,:::::.::= "'::! ::' ::::. 22. MANNER OF FiRFORMANCE. propos#i;agregs to perform its duties and obligations in a professional manner Local,sffi.6o,niy,andFederallaws,rules,regulationsandcodes'Lackof knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all:docgfibntation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, 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 2014-015-LR 116 IA l,AlA,\{i$rACH Conditions shall have precedence. 24. 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. DEMONSTMTION OF COMPETENCY. A. Pre-award inspection of the Proposer'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. G. 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 iri:lhe indilstry, and as determined by the City .=t 1. 'of Miami Beach, E. The City may consider any evidence available regarding..,.{ findncial, technical, other qualifications and abilities of a Proposer, including past performance (expefifue), in mating an award'that ig in,the best interest of the City. ,.1\, ' .: F. The City may require Proposers to show proof that they ha[6,;l.edfiteBignated as aulhorized representatives of a manufacturer or supplier, which is the actual source of suppifi',\; lhese instances, the City may also require material information from the source of supply,regarding the qiib[ify*packaging, and characteristics of the products to be supplied to the City. "i;;, 26. ASSIGNMENT. The successful Proposer shall not'assign, transfer, convey, sublet or othenruise dispose of the contract, including any or all of its;jg[1ti,lffi o, interest therein, or his/her or its power to execute such contract, to any person, company or corpor*i,ifii, witffi|tne prior written consent of the City. 27. LAWS. PERMITS AND RffiLATIOI'IS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to completeihe,wfi afid,is.h,a1.[=e=.q ply with all applicable laws. 28. OPTIONAL€CINTRACT USAGF, Wfren the successful Proposer (s) is in agreement, other units of government or non-profit ag l.qs may participale in purch{}.$$$ pursuant to the award of this contract at the option of the unit of government or nonprofit agency, ",::::::= iN 29. VOLUME OF WORKry'9, BE RE9,-EIVED BY CONTRACTOR. lt is the intent of the City to purchase the goods and services specifically liSt$d i[,,lFis solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded 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 4-0 r 5-LR 117 g MlAtvltBrACLi 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 above indemnification provisions shall survive the expiration or termination of this Agreement. ...- . .-.-.. -.,ill'l.s \t:i-:-\ll:r\ 32. CONTMCT EXTENSION. The City reserves the right to require.ithe Cdritiaclor to extend contract past the stated termination date for a period of up to 120 calendar days in the event that a iubsequent contract has not yet been awarded. Additional extensions past the 120 calendar days may occur as need*by the City and as mutually 33. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Prop6ials including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements underSection 119,07(1), Florida Statutes, and s.24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision'or u$tt[thyty (30) calendar days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in with Florida Statute 119.0701 including, but not llmited to, agreement to (a) Keep and mairitAin that ordinarily and necessarily would be required by the public agency in order t0 perform the seilioe"$l (b) p public with access to public records on the same terms and conditions that the'public agency worild provide tlie records and at a cost that does not exceed the cost provided in this chapter or as othenrvise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from pubtic records dlsclosure requiEHents are not disclosed except as authorized by law; (d) Meet all requirements fo1 retaining publidtcords and trahsfer, at no cost, to the public agency all public records in possession of tfueeontractor upon termiaation of the contract and destroy any duplicate public records that are exempt or confiddtitial and ei6ffid,from public records disclosure requirements. All records stored electronically must be provid{$he public agency in a format that is compatible with the information technology systems of the public agency. t@" gn. MOOIrfCnffOi,lMifibRAWnL pnOpOSll-S. A Proposer may submit a modified Proposal to replace all or any portion of a previou3l$jfiUUpg$dO Proposal up until the Proposal due date and time. Modifications received after the Proposal due date dt ill{ifne will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing priol to 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 20 I 4.0I 5.LR 118 E MIAAAIBEACH 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 Pase lntentionallv Left Blank RFP 2014-O15-LR 119 sEcTtoN 0300 PROPOSAL AAIAMlBTACH AL INSTRUCTIONS AND FORMAT tb SUBMITT 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 rejected. 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 not accept.responsibility for any delays, natural or otherwise. 3. PROPOSAL FORMAT. ln order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended,,that proposals be organized and tabbed in accordance with the sections and manner specified below. Had Copy submittals should be tabbed as enumerated below and contain a table of contents with page references, Electronic a.qpies should also be tabbed and contain a table of contents with page references. Proposals that do'h"6t ihclude the reguired information will be deemed non- responsive and will not be considered. , ' " Cover Letter & Minimum Qualifications 1.1 Cover Letter and Table of Contents. The cover letter must indicate Propo,ser and Proposer Primary Contact for the purposes of this solicitation. 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum Experience & Qualifications 2.1 Qualifications ofp,'LQ gfirm..Sfuit detailed information regarding the firm's history and relevant experience and proven track re,oord of prdfidfn$$e scOpb of services similar as identified in this solicitation, including experience in providing similat$pe of services'tS,pblic seCtor agencies, For each project that the Proposer submits as evidence of similar experidnddffie following is ieffijred: project description, agency name, agency contact, contact telephone & email, and yea(s)ariU tg6m of engage@. 2.2 Qualifications of PiUpbser Team.ffirovide an organizationalchart of all personnel and consultants to be used for this prolect if awarded, the rdl$ffit ea0h'team member will play in providing the services detailed herein and each team members' qualifications. A reffi'bf each individual, including education, experience, and any other pertinent information, shall be included for Sbch 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 submitta! process, contact Dun & Bradstreet at 800-424-2495. RFP 2014-015-LR 10 120 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 oroposed scooe of services. ID AAIA,\,{ISTACH Note: After proposal submittal, the City reseryes the right to reQuire additional ffi from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including,'bul not limited to, litigation history, regulatory action, or additional references); and financial capability (including, bufi limited to, annual reviewed/audited financial statements with the auditors notes for€a"Q,[ of theii last two complete fiscal years). w %n{{,,r 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 al Submit a completed Cost Proposal Form (Appendix E). , :,i RFP 2014-015-LR 121 IAMIBTACI.I sEcTtoN 0400 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, lf 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 fonruarded 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 liSted below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established belowforStep1,QualitativeCriteria.lndoingso,theEvaluation,Comni"itteemay:o review and score all proposals received, wi{h1dr without conducting interview sessions; or review all proposals received and short-liSt ones more&posers to be further considered during subsequent interview session(s) (using the same criteria),,.S lD trrl PROPOSAL EVALUATION Proposer Expe rience and Qu al ifi cation s, i n cl @g,,Fin,q.q...9,ial Capabi lity 3. Step 2 Evaluation. Folloiln(i='i!ip.qesult$''bf Step 1 Evaluation of qualitative criteria, the Proposers may receive additional quantitative criteria point$ tobedfl, ,r,J,,,lh.,_g_.P",,pprrtment of Procurement Management to those points earned in Step 1, as-follows, =_ =+_ i"#o 25 20 Co_tt Proposal Approach and Methodology Miami Beach-Based Vendor Preference Veterans Preference 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 illuskative 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 $1 00 / $100 X20 = 20 20 Vendor B $150.00 20 $1001$150X20=13 13 Vendor C $200.00 20 $100/$200X20=10 't0 RFP 20r4-0r5-LR 12 122 g :',ltl,{, rrrt [$tACF"j 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 1 and2 scores will be converted to rankings in accordance with the example below: * Final Ranking is presented to the City Manager foifurther due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation untilsuch time as the City Mahager has made his recommendation to the City Comm.ission, which may be different than final ranking results, Committee Member 1 Step 1 Points 82 76 80 Step 2 Points 22 15 12 Total 104 9'r 92 Rank 1 3 2 Commiftee Member 2 Step'1 Points 79 85 72 Step 2 Points 22 4C 12 Total 101 '100 84 Rank 1 2 5 Committee Member 2 Step 1 Points 80 74 bb Step 2 Points 22 15 12 Total 102 89 ao Rank I 2 3 RFP20140t5tR 123 APPENDIX A g MtAe&t mm&ilh{ 'ffi t. Pro poso 1,ffi"rtific o tio n, auesti%rum$ & Req uiremehts Affid ovit 4 Psyc :.'''rymtt, 1or4 or s-LR hU,[mgLCo! Services for Employees DEPARTMENT OF PROCUREMENT MANAGEMENT.l700 Convention Center Drive Miomi Beoch, Florido 33,l39 124 Sollcitation No: 2014-01 5-LR Solicitation Title: Psvcholooical Services for Emolovees Procurement Contact: Lourdes Rodriquez Tel: 305.673.7000 x 6652 Email: lourdesrodriouez@miamibeachfl .oov 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 and executed. 1. General Proposer lnformation. :: l FIRM NAME: No of Years in Business:NoofYearsinBusinessLocally: I No.ofEmployees: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEAR-q: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE:ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: \sTATE: 'u4..,--\.u$.\, fil PRIMARY ACCOUNT REPRESENTATIVE FOR [HIS ENGAGEMEIIIT= ACCOUNI.REP TELEPHONE NG.: ACCOUNT REPTOLL FREE NO.: ACCOUNT REP E[4AIL: FEDERAL TAX IDENTIFICATION NO,: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes 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 2014-015-LR AppendixA-Pagel 125 3. Miami Beach Based (Local) Vendor. ls Proposer claiming Miami Beach based firm status? [__-l vrs [__-l tto 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 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 federal government, as required pursuant to ordinance 2011-3748. =.:::::::=Conflict Of lnterest. All Proposers must disclose, in their Proposal, the name(s) of officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the Citl o{ Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indireetly, aninJerest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any'officer, director, ag.eqt, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. ProposeiS must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. .e" SUBMITTAL REQUIREMENT: For each reference $upiiiittedlhe following information is required: 1) Firm Name, 2) Contact lndividual Name & Title, 3) Address, 4) Telephone, S) Cilgtact's'email'and 6) Narrative on Scope of Services Provided. Litigation History. Proposer shafl submit.a statement oi.iHhy,fiilgrtion ortdiii,ory action that has been filed against your firm(s) in the last five years. lf an action has been filed, state and dgscribe the litigation or regulatory action filed, and identify the court or agency before which the action was institut&, the applicable! case or file number, and the status or disposition for such reported action. lf no litigation or regulato$action haS been filed against,ygur firm(s), provide a statement to that effect. lf "No" litigation or regulatory action has been filed a$dnst your m(s4,,please provide a statement to that effect. Truthful and complete answers to this question may.11g!-.necessaiity disqualify a fiim from consideration but will be a factor in the selection process. untruthful;,; -.i#t€edingtu,tiffii,F,6nl*ut ,l:jn:. question shall result in the disqualification of the firm for this project. SUBMIX|I i REQUIREMENi' iihposer shall submit history of litigation or regulatory action filed against proposer, or any propo$er tedffi tmember firm, in therfist 5 years. lf Proposer has no litigation history or regulatory action in the past 5 years, submit a statement accordingly. ',,. 5. 6. SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). Miami Beach RFP 2014-01s-LR AppendixA-Page2 126 7.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 ot 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 No.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, !"0,$'hJing and ethics provision of the City of Miami Beach and Miami Dade County. q*. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Busing$$ Etrics. ln lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as requiied in the Effiance, the City of Miami Beach Code of Ethics, available at www.miamibeachfl .gov/procuremenU B. 9.Living Wage. Pursuant to Section 2-408 oI the Miami Beach City Code, as same may be amendE#.om-iime to time, Proposers shall be required to pay all employees who provide services purSuant to this Agreement, the hourly liffi$fuage rates listed below: . Commencing with City fiscal year 2012-13 (October 1, 20121& hoUrly living rate will be $,{1.28lhr with health benefits, and $12.92/hr without benefits. ,., The living wage rate and health care benefits rate.Lllay, by Resolution of. City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consufidn,GPl-U) Miami/Ft. ['duderdale, issued by the U.S. Department of Labo/s Bureau of Labor Statistics. Notwithstanding the preceding, noannual index shall'Ex0eed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any+art'ffik?'=f.qg;f it determines it would not be fiscally sound to implement same (in a particular year). = === -=-@gnrr=- Proposers' failure to comply with this provision shall be deffid a materiali'breach under this proposal, under which the City may, at its sole option, immediately. deem said Proposer as nonJrrtiponsive, and may further subject Proposer to additional penalties and fines, as provided in the Citv's Living Wpge Ordinance, ard amended. Further information on the Living Wage requirement is available at www.miamibeachfl.$ov1pro.r,rmi,,lil, .,J,$, ,. SUBMITTAL to the living : No additibnal submittat'isrcduired. By virtue of executing this affidavit document, Proposer agrees 10. 'J-l--o--.-'.'%.$ equar-6--eii!s. for Employees-fttili1pporr.-* Employees with Domestic Partners. When awarding competitively solicited contracts valuEiF-...at over $100,000 S.,ff-f"se contractors maintain 51 or more full time employees on their payrolls during 2l) or more calendar work ffis, the Equal genefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doinq businesscalendar work a the Equal with the City of Mihliij,@ch, w Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Mihiiii@ach, who #awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domt!''#partner they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work withiR: e.-G* limits of the City of Miami Beach, Florida; and the Contracto/s employees located in the United States, but outside of the C@:-I 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 benefits to employees with spouses or to spouses of employees? l-__l ves [-l r.ro B, Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? Miami Beach RFP 2014-01s-LR AppendlxA-Page3 [--l ves I--_l r'ro 127 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 Family Medical Leave Bereavement Leave with the requirements of Sectid-i?287.1 Statutes, and certifies it has not been placed on convicted vendor list. 12. Acknowledgement of of solicitation, the City may release one or more addendum to the solicitation which may provide additional or alter solicitation requirements. The City will strive to reach every lf Proposer cannot offer a benefit to domestic partners because of reasons outside your cOntrol, (e.9., there are no insurance providers in your area willing to offer domestic partner coverage) you may be ehgible for Reasonable Measures compliance. To eomply on this basis, you must agree to pay a cash equivalent and suboit a C0mpfeted Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application witl be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City - 's decision is ftnal Further information on the Equal Benefitsrequirementisavailableatwww.miamibeachfl.gov/procuV. 11. Public Entity Crimes. Section 287.133(2)(a), Florida Statute$<EF;6Br.1ently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor liBEf$11qw;ng,s'Conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods tit*g ces to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or' iriif of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity;'rnay not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contractwitr any public entity; and'ifay-...oot transact buslness with any public entity in excess of the threshold amount provided in s. 2871017 for OATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. . i SUBMITTAL REQUIREMENT:.No addilional submittal is ilqUireO By virtue of executing this affidavit document, Proposer agrees Addendumtection certifies th SefropoS{..has re-ceived all addendum released by the City pursuant to this solicitation. Failure to obtaiffid acknowledge receifi tt aooe'na-*miy result in proposal disqualification. lnitial to eonfln Rece-r'rni,:...,,, lnitial to Confirm Receinl 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 2014-01s-LR AppendixA-Page4 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 pt'oposals, 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 afflliates, 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 Proffirs. lt is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City Ooes ng.fli(gffiany assurances as to the accuracy of any rely exclusively on their own investigations, interpretations, and analyses. The soiicitation is being provid$. the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or?.E-iBes€ntation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation,urapproval. The City shall have no obligation or liability with respect to this solicitation, the seiection and the award process, oi whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to beffitrnd by the terms hereqfALry Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of;q# ffi,,,4,,.. ubmitting such P:,lg1,osal .= This solicitation is made subject to correction of errors, omissions, oi*igarawat from the market without notice. lnformation is for guidance only, and does not constitute all or any part of an agreement. 'l li,lno -= , .- _ The City and all Proposers will be bound only as, if and when a"F,:rc@ (or Pro{pals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved .nO .r".r1dd$ the partie$and then only pursuant to the terms of the definitive agreements executed among the partt"e.-s.. Any redpqnse to this solicitatpn may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to t'e City. .5. The City is governed by the Governmenlin-the-Sunshlne Law, and all Prqipo5als and supporting documents shall be subject to disclosure as required by such law. All P1o_p=o_sals shall be submitted in sealed4ropo'sal form and shall remain confidential to the extent permitted by Florida Statutes, until th- E.en*;FB.e,,selected for opening the id5Bonses. At that time, all documents received by the City shall become public records. ,:ltt,liii;"' '*rri ru 't':: Proposers are oqected to make all disclosuies and decfarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agr$$at the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in @=,F.rpposal, and the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifi es th It?#i,e- i nrorm ation in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or tained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction imposes on the City any liability arising out of this solicitation, or any response thereto, or any 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 thaL 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 solicitation, 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 Certification, Questionnaire and Requi Affidavit are true and accurate. State of On this _day of -, 20-, personally appeared before me 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: d;ir,,,i,' '\:::::::::t::::= /:;:a.)a|:!-':-ti:::::::;:'= :itiilill' ''.i;!:.1,,:?* lli/...;.L4a::a::1! .q,1;? wu=" Miami Beach RFP 2014-015-LR AppendixA-Page6 130 g AATAMI nr*tn Employees APPENDIX B .,\$$, DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miomi Beoch, Florido 33.l39 "No B 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 - unabte to meet specifications _**N**_Unable to meet service requirements "== .{( Unable to meet insurance requirements=. . \\il -Do not offer this producVservice = -OTHER. (Please specify) r '" N,,Z,i:siir::::=r\= i+:' We do do riot waht'to be retain& of this tvpe piOtiuct anoh-i service. = .s9 on your mailing list for future proposals Sigt4l11.rptr .::\l-: rilif; le: Legal Company Name: Note: Failurel*-spond, 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 1700 Convention Genter Drive MIAMI BEACH, FL 33139 Miami Beach RFP 2014-015-LR AppendixB-Page l 132 APPENDlX C ervices for Employees # MIAMX NrACH Minimum eq emen & Spe NS 15-LR DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miomi Beoch, Florido 33139 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, reliablgand 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 Contracto/s facility located in Miami-Dade County. The.te ng is requiredrby 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,i Additionally;,,psychological testing may include fitness-for-duty evaluations for City personnelon ah as needed pa$is. The Scope of Service encompasses four (4) parts: p.rt"iil Services for Sworn Personnel, and Firefighters and Fire Rescue DispatchdrS, and Part lll: Pre-Emplovment Psychologiqal Servic*q...for Civiliah Personnel, and Part IV: Fitness for Duty, as described below, Propo(ers shbll provide.Paii l, Part ll, Part lll and Part lVservices....:.== ::::,:,,1 " i ir= ., ..,....: It is anticipatd that sworn applffis will be iequired to receive pre-employment psychological screening services. The Police Deffiment is currently comprised of 381 sworn personnel, and appr:oximately 100 sworn applicants areanticipated to be processed during FY 2013/14. The Fire Departmenthnticipates 150 firefightemnd 20 fire rescue dispatcher applicants are anticipated to be process during FY 2013114. This is an estimate only and the City shall not be required to adhere to this estim?t dunng the contract period. On an annual basis, it is anticipated that personnel may require some counseling services. Successful Proposer shall be available, 24 hours per day, 7 days per week, should it be needed, to provide Psychological Services to employees at the direction of the Chief of Police or his/her designee of Fire Chief or his/her designee, or the Director of Human Resources or his/her designee. Successful Proposer shall ensure confidentiality of counseling services provided to employees. Miami Beach RFP 20'14-015-LR AppendixC-Page1 134 Part lll: Pre-Emplovment Psycholoqical Services for Civilian Personnel It is anticipated that civilian applicants will be required to receive pre-employment psychological screening services. Approximately fifty (50) civilian applicants for the Police Department are anticipated to be processed during FY 2013/14. These are estimates only and the City shall not be required to adhere to these estimates during the contract period, Part lV: Fitness for Dutv The contractor shall administer and interpret additional psychological$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. ,'S c3. specifications. ;: "q' The Scope of Service encompasses four (4) parts: Fart I: A. P$'Emplovment.F$vcholoqica! Services for Sworn Personnel, and B. Pre-Employfilent Psycholoqical' Services for Firefiqhters and Fire Rescue Dispatchgrs, Part ll: Psychglos ; and Part lll: Pre-Employment PsycholQ$i$af Services foi:Givilian Personnel, and Part lV: Fitness for Duty, as described below. Prdposers shall provide Part ]r Part ll, Part lll and Part lV services. Failure to provide all services in Part l, Part u;f.art 11t and Part lV may deem Proposer as non-responsive. lt is the intent of the City to al#affiffl'Pa'ItBi .Sfe (1) contractor. PERSONNEL A. BACKGR,,glrND,,i,..-,,,=' -= *,. l :::::try" It is anticipated that sworn rpplIt is antifuated that sifrUffi spplicants will be required to receive pre-employment psychological screehing'.se,ryices, The Pojice Department is currently comprised of 381 sworn personnel, and approximatel,# ilpO sworn applifiants aie anticipated to be processed during FY 2013114 This is an estimate only'aridLhe City sh$ll not be required to adhere to this estimate during the contract E FOR period. ' 1g* g.,l-,rSt[N B. SCOPE OF SERVr$ES 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. Miami Beach RFP 2014-015-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 problg--,,--,,--,,--,,ms, even where there is no standard procedure, using "common sense" and gooditi'd$ment.o Ability to reevaluate decisions when presented with ner information, and modify course of action, if necessary". Ability to plan and manage work activities so ,= Eiii,i,t that fequired'f$fp, are completed and b. lnterpersonalAbilities = r.=o Ability to interact effectively with people'from a' wide variety of cultural and socioeconomic backgrounds.o Ability to tolerate difference iEl:.g,9.sisl/ cultural values and practices.o Ability to display interest in, c6 d ln for, and consideration of, the needs and feelings of others.o Ability and willingness to speak and interactwith citizens in a non-threatening manner,o Ability to work-.gq.qperatively with fellow officers and foster teamwork, .,r'.:::r:..:::::::,.::, rlLrr,4 peiSofiel'b],, s oi'8tth.",l,ignal reaefiffi s. Ability to iesp*d to qUestions directly with essential facts, analysis, and rationale. o . Ability to read'and..underst ffiU a wide variety of written materials.. Ability to record visual observations and spoken information accurately in writing.. Ability to use propdr English grammar, spelling, punctuation, and structure in written communications. d, Motivation o Ability to shffi , firmne$s, and seltconfidence. Ability,,-to comftUlfii0.5t6+int0.r. hd instructions factually without inteqecting Willingness to put in extra effort to acquire new knowledge or skills, or to remedy performance deficiencies. Willingness to persist and maintain diligence in fulfilling routine, tedious, difficult, or unpleasant assignments.o Willingness to seek out and complete additional tasks during slow periods.. Willingness and ability to complete necessary work steps and assigned tasks independently with little prompting and intervention.o Ability and willingness to maintain dependable work habits, such as reporting for duty on time, with little prompting and intervention. Miami Beach RFP 2014{15-LR AppendixC-Page3 136 e. Personal Maturity and lnteqrityo Ability to maintain self-control, patience, and persistence in response to frustration, hostility, or adversity.o Willingness to assume accountability for actions and decisions.o Willingness and ability to admit mistakes and deficiencies to others and take constructive steps to remedy them.o Willingness and ability to follow laMul orders, rules, regulations, and procedures, without undue questioning, resistance, or complaint. .Abilityandwillingnesstoexerciseindependentjudgment. . Ability to withstand pressure from others and stick by decisiohs or courses of action judged to be proper and appropriate.o Ability and willingness to release personal stre ind tensfon in appropriate, non- destructive ways.. Willingness and ability to resist using autlpfif, olposition for p nal gratification or gain.. Willingness to refuse favors, specffiprivilegeSgr. and/or gratuitieftffered by shopkeepers and/or residents without givin$ ofuSq.l6'f ireating ill-will. .:::::::::::,=L 2, CLINICAL INTERVIEW ru" Successful Proposer shall conduct a clinical interview foitii--Erypose of confirming written test findings and identifying evidence of the following: =i:i a a a a o a Psych i atric h is1ory1- ttr 11p Reported d.rin #' tc$ l usage, ,.::il,i Employrn6q Prior arrests y/ p@lems alPdlems Family history Anydthei 3: REPPRTING PROCEDURE I'r Proposer shall submit,a repofl 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 testlinterview(s) and stipulate rating category types of acceptable, marginal, or unacceptab'1e and rebsons thereof, and/or any sub-categories utilized. 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). Miami Beach RFP 2014-01s-LR AppendixC-Page4 137 PART I SERVICES: B. PRE.EMPLOYMENT PSYCHOLOGICAL SERVICE 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 ps.y..,g,,! gical characteristics: Phase 1, Personalitv Suitabilitv Evaluation \.1 Maturity 2. Responsibility 3. Socializationadequacy 4. Flexibility 5. General academic potential 6. lnterpersonal conflict measures (assertiveness, moodiness, social alienation, family discord) 7. Social ability B. Initiative/goal orientation L Strong Racial or ethnic prejudice 10. Job performance predictions of absence, lateness, and disciplinary actions. Phase 2: Emotional Stabili.tv Evaluatron :l =.=='. - ' ". 1. +dychosis= ,-=_.,. , 2. Character di@ers (especially anti-social personality disorders) 3. {ignificant neuiotic symptomatology (phobic personality, undue suspiciousness) 4.'=,:El,=q,ed d isorders (anxiety, dep ression )5. Poori impulse contffil (anger/hostility patterns) 6. Need fori high levols of excitement 7 . Tendency to be Very passive or aggressive in the face of conflict 8. Strong racial or ethnic prejudice 9. Poor self-cbncept 10. Job performance prediction of absence, lateness, and disciplinary actions 1 1. Substance abuse tendencies B. Fire Rescue Dispatchers Phase l: Personally Suitabilitv Evaluation 1. General academic potential 2. Maturity Miami Beach RFP 2014-01s-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 Stability Evaluation ,pr= 1. psychosis rq * iii.=2. Character disorders ,ri,:::.:,:,.: .:i:::r.i{+}, 3, S i g n ificant anxiety sym ptomatolog y (phob ias, u nd uiisuspiii{Q$.ppss) 4. Mood disorders (depression) 5. Poor impulse control (anger/hostility) 6, Strong racial or ethnic pre.yudice 7. Poor self-concept 8. Substance abuse tendencies oJ. PART ll SERVICES: PSYCHOLOGICAL SERVICES FOR EMPLOYEES :. t:T:::::: , is anticipated that personner ,.n*' ,..0,,,.. ,:,n. ,,-.e(s) as derineated below. - .:: Successful Proposer shatl=b ail r ..1r''[ours pqr day, 7 days per week, should it be needed, to provide Psychological€ervice@ efipE$B$$11ifit the direction of the Chief of Police or his/her designee, oi Fire Chie=fg hiSffidesignee, or the Director of Human Resources or his/herdesignee' =,,,, , *%,l[*** Successful Proposer shall ensure confidentiality of counseling services provided to employees. B. SCOPE OF..ERVICES, COUNSELING SERVICES 1. Successful Proposer shall provide counseling, including but not limited to the following areas:o Post traumatic (incident) counselingo Crisis intervention Miami Beach RFP 20'14-015-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. . : ln those instances in which civilian applicants undergo a prq-employment psychological evaluation, the evaluation shall be based on the relative specific position, 1, TEST ADMINISTRATION/ VALIDITY EVIDENCE Successful Proposer shall create, administer and interpret one or more tests with demonstrated ability to identify applicant's suitabillff e pOSition. ln the administration of the test, Successful eropor.i-E;4.indicate which of the following abilities and characteristics, identified'through the most recent job specifications of the position are measureable through theyriousiihslrum_ents. posed: . Adequatet$B*ffif nkills and commuhications. Problem-solving, learning ability and multi tasking. Com'ijlidhee with rule-s, regulations and procedureso A b i I i ty to wo.tF.w i th in;.{. p..,a p1 p lj!"11;y,s e tt i n g o ,'Good judgme d deci$iUflr Rflng in crisis situations. Stress tolerance. Reliable tebm m. .S Adequate self.controlft attention to safetyr Positive work habits and conscientiousness. Absence of self-destructive behaviors that could affect job performance. Emotiornal stability necessary to perform the job 2, CLINICAL INT.iRVIEW Successful Proposer shall conduct a clinical interview for the purpose of confirming written test findings and identifying evidence of the following: . Psychologicalhistory/treatment. Reported drug or alcohol use. Employmenthistory/patterns. Legal history/arrests etc.. Serious family problemso Financial/credithistory Miami Beach RFP 2014-01s-LR AppendixC-Page7 140 3" o Educational historyo Sexual misconducto Military history. Any other relevant potential background problems 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+ceptable, marginal, or u n acceptable and reasons thereof , and/or any su b-categories-utili2ed,, It is the expectation of the City that the results of rc;=ili e rviews be submitted in written format to the City in any expeditious manner so qs to eli delays in the hiring process of personnel , Additionally, the Successful Proposer shall,defend andlor represent the Citv in any legal proceedings should any claims or allegations ab,out the validity of the test battery be made by any individual(s). reffix \ At the request of the Chief of Police or his/hei'desidriee, oFF,iffihief or his/her designee, or the Director of Human Resources','6f.his/her desig.iiBt, the Conliactor shall administer and interpret additional psychological testing for0ty employees that have been mandated for a fitness for duty evaluation. li:r:: \iS.;; -iis'i L ..i\\' Miami Beach RFP 2014-01s-LR AppendixC-Page8 141 APPENDIX D & ffi Eltr /UIAAAI BTACH Specio Co rons 201 Is-LR es for Employees PROCUREMENT DIVISION.l700 Convention Center Drive Miomi Beoch, Florido 33139 Psyc 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 T0 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 T0 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 to perform according to specifications, the City reserves the right to declare Contractor in.default of the contract or make appropriate reductions in the contract payment. ADDITIONAL SERVICES. Services not specifically id-eiitified in this request may be added to any resultant contract upon successful negotiations ahq, 0 altonsent of the iontracting parties. RECORDS. During the contract period, ,nC } L-"f least five (5) subsequent years thereafter, Successful Proposer shall provide the City to all fileS pg"q.AS maintained on the City's behalf. 3. 4. 5. Miami Beach RFP 2014-XXX.AB AppendixD-Page'l 143 g AAIAAAIBTACH Cost Pr APPENDIX E @rm 201&1 5-LR Ces for Employees PROCUREMENT DIVISION 1700 Convention Center Drive Miomi Beoch, Florido 33139 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 (Section 5) shall be initialed, Miami-Beach Police Department: = Sworn Employees: Civilian Employees: Rate $x 100 = $ Rate $-'- x 25 = $ Miami Beach Fire Rescue Department: Phase l: Rate $ Rate $ lir* 'i*,M Firefighters: Fire Dispatchers: Phase ll: Firefighters: Fire Dispatchers: Hourly Rate: $ Rate $x 150 = $ Rate $____ .r*,,6ffi= $ x 150 = $ x 20=$ ^uv-o_ Part ll - Psychological Services,,.,f i Employ€-*;. Proposers shall provide both a cost on an hourly basis; and shall provide an all-inclusive cost to provide an$aFf$ese serviObs and regardless of the number of individuals seeking such services, on a monthly basis, with the understandifiG$ servires are on an as needed, when-needed basis. lt will be the decision of the City whether to utilize the hourly rate, or theJee'f&Oepg&itfl,p,D,ffiwhich is in the best interest of the City. Part lll - Pre-Employm€nt Psychological $ervices for Civilian Personnel. Proposers must provide a cost on a per individual basis to provide all required services. Proposers shall additionally provide in detail any and all costs associated to defend andior represent the City in any legal proceedings on a per individual basis if the finding/recommendation of the Successful Proposer is contested by an applicant(s). These costs, if applicable, shall be itemized in detail. Further, any additional services and their associated costs not addressed in Fart C of the Scope of Services but which may be requested or required of the City shall also be detailed in your proposal. Monthly Rate*x12=$ Cost per lndividual: $x50=$ Cost related to legal proceedings: $- x 6 = $ Miami Beach RFP 2014-01s-LR AppendixE-Page1 145 Part lV - Fitness for Du$ Evaluation. Proposers shall provide a fix price per evaluation. Cost per lndividual: $_ x 12 = $_ GRAND TOTAL FOR PARTS l, ll, lll and lV: Company: Au$odzed Representative: Miami Beach RFP 20'14415{R AppendixE-Page2 146 APPENDIX F ffi$&,\AtmrAilN lnsuronceffiquffiments .-: "\l , -t, = nrP - li.:::lijr,r Psy=G.h..=}:l€iCH !: :aa:::t*8. ; R r Employees PROCUREMENT DIVISION 1700 Convention Center Drive Miomi Beoch, Florido 33,l39 147 XXX,I. XXX 2. g nAIAM* wt&ilN 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. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. Comprehensive General Liability (occurrence form), limits of liability $ 1,000.000,00 per occunence 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). , XXX 3, Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. _4. Excess Liability - $_.00 per occurrence to fohw the primary coverages XXX 5. The City must be named as and additional insured-=s*lhetability policies; and it must be stated on the certificate, _ 6. Other lnsurance as indicated: _ Builders Risk completed value _ Liquor Liability _ Fire Legal Liability _ Protection and lndemnity _ Employee Dishonesty Bond Other XXX 7. XXX 8. XXX 9. Thirty (30) days wqi..H cani Best's Ouide ratifiBffil or The certificate must stdffi th notice reQuired, , latest edition: willfilfiIll.#ff*nd titre The City of Miami Beach is SElffisureffiny and all claim payments made from self-insurance are subject to the limits and provisions of Florida Staty!,g 768.28, the Florida Constitution, and any other applicable Miami Beach RFP 2014-015-LR AppendixF-Page 1 = & 148