Loading...
HomeMy WebLinkAboutR-00-0765J-00-757 9/13/00' AA� RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER APPROVING THE FINDINGS OF THE SELECTION COMMITTEE FOR REQUEST FOR PROPOSALS NO. 99-00-113 THAT THE MOST QUALIFIED FIRMS TO- PROVIDE AND ADMINISTER THE PROMOTIONAL EXAMINATION PROCESSES FOR THE CLASSIFICATIONS OF.CHIEF FIRE OFFICER, FIRE CAPTAIN, AND FIRE LIEUTENANT FOR THE DEPARTMENT OF HUMAN RESOURCES, ARE, IN RANK ORDER: 1) BARRETT AND ASSOCIATES, INC. ("BAA"), (2) SHL LANDY JACOBS, INC. ("SHL -LJ"), AND 3) SHELDON ZEDECK, INC. ("SZI"); AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH BAA, THE FIRST -RANKED FIRM, FOR AN INITIAL PERIOD OF ONE YEAR, WITH THE OPTION TO EXTEND FOR TWO ADDITIONAL ONE YEAR PERIODS, AT AN ESTIMATED TOTAL COST NOT TO EXCEED $228,872.50 DURING THE INITIAL AND EXTENDED PERIODS OF SAID AGREEMENT; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE AN AGREEMENT WITH SHL -LJ AND THEN SZI, RESPECTIVELY, IN THE EVENT .A FAIR, COMPETITIVE AND REASONABLE AGREEMENT CANNOT BE NEGOTIATED AND EXECUTED WITH BAA; ALLOCATING FUNDS THEREFOR FROM THE GENERAL OPERATING BUDGET OF THE DEPARTMENT OF FIRE - RESCUE, ACCOUNT CODE NO. 001000.280601.6.270. WHEREAS, pursuant to Resolution No. 00-210, adopted March 9, 2000, the City Commission authorized the issuance of a Request for Proposals to solicit for test development providers to furnish promotional examinations and evaluation processes for the CITY COMBUSSION MEETING 4F. SER ER 1 4 2000 hesolutiou 1440. 0®— 1 classifications of Chief Fire Officer, Fire Captain, and Fire Lieutenant for the Department of Human Resources; and WHEREAS, Request for Proposals ("RFP") No. 99-00-113 was mailed to thirty-six (36) firms for said services and three (3) RFPs were received on June 1, 2000; and WHEREAS, on July 31 and August 7, 2000, the Selection Committee evaluated the proposals and selected the firms most qualified to provide the required professional services in the following rank order: (1) Barrett and Associates, Inc. ("BAA"), (2) SHL Landy Jacobs, Inc. ("SHL -LJ"), and (3) Sheldon Zedeck, Inc. ("SZI"); and WHEREAS, the City Manager has approved the findings of the Selection Committee; and WHEREAS, it is now in order for the City Commission to accept the City Manager's recommendation to approve the Selection Committee's findings and authorize the City Manager to negotiate and execute an agreement with BAA, the top-ranked firm, and in the event that negotiations with BAA fail, to authorize the City Manager to negotiate and execute an agreement with SHL -LJ, the second -ranked firm, and then SZI, the third -ranked firm, respectively, until a fair, competitive and reasonable agreement is executed; and WHEREAS, funding, in an amount not to exceed $228,872.50, is available for said services from the General Operating Budget of the . Department of Fire -Rescue, Account Code No. 001000.280601.6.270; Page 2 of 4; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference and incorporated as if fully set forth in this _Section. Section 2. The recommendation of the City Manager to approve the findings of the Selection Committee for Request for Proposals No. 99-00-113 that the most qualified firms to provide and administer the promotional examination processes for the classifications of Chief Fire Officer, Fire Captain, and Fire Lieutenant for the Department of Human Resources, in rank order, are: 1) Barrett and Associates, Inc. ("BAA"), (2) SHL Landy Jacobs, Inc. ("SHL -LJ"), and (3) Sheldon Zedeck, Inc. ("SZI"), is hereby accepted. Section 3. The City Manager is herby authorizedll to negotiate and execute an Agreement, in a form acceptable to the City Attorney, with BAA, the first -ranked firm, for an initial period of one year, with the option to extend for two additional one year periods, at an estimated total cost not to exceed $228,872.50 during the initial and extended periods of said agreement, with funds therefor hereby allocated from the General Operating Budget of the Department of Fire -Rescue, Account Code No. 001000.280601.6.270. The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. 7 Page 3 of 4 r "' Section 4. The City Manager is hereby further authorized to negotiate and execute an agreement with SHL -LJ, the second - ranked firm, and SZI, the third-ranked.firm, in the event that a fair, competitive and reasonable agreement cannot be negotiated and executed with BAA. Section S. This Resolution shall become effective immediately upon it's adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 14th day of September 1 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval Of. ,jro this legislation by signing it in the designated plE nrovided said legislationItin becornes effective with the elapse of ten (10) ay�r the e o mmi d - S I regarding same, without the Mayor e-xerci ATTEST: Wal r J. FQeg% City Clerk WALTER J. FOEMAN CITY CLERK M, TTORNEY CORRECTNESS -e, zi If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the- Mayor vetoes this Resolution, it shall, become effective immediately upon override of the veto by the City Commission. Page 4 of 4 TO: Honorable Mayor and Member of the City Commission CITY OF MIAMI, FLORIDA 25 INTER -OFFICE MEMORANDUM DATE: 222C SUBJECT: Approving the Findings of the Selection Committee for RFP #99-00-113. REFERENCES: . ENCLOSURES: FILE: RECOMMENDATION It is respectfully recommended that the City Commission approve the findings of the selection committee on Request For Proposal (RFP) #99-00-113: Chief Fire Officer, Fire Captain, and Fire Lieutenant Test Development Services; and to authorize the City Manager to enter into negotiations with the topped rank firm, prepare the Professional Services Agreement in a form acceptable to the City Attorney and to instruct the Chief Procurement Officer to issue a purchase order for these services accordingly. BACKGROUND On March 9, 2000, the City Commission by Resolution No. 00-210 approved the issuance of RFP #99-00-113 for the purposes of identifying a qualified consultant to provide test development, administration/implementation, and scoring services for promotional examinations on behalf of the Department of Human Resources for the classifications of Chief Fire Officer, Fire Captain, and Fire Lieutenant. Said services will provide promotional eligibility registers for the classifications through 2003 for the Department of Fire -Rescue. In addition, the provision of promotional examinations is a contractual term between the City of Miami and the International Association of Firefighters (IAFF), Local 587, the collective bargaining unit. On May 19, 2000, the RFP was issued with responses due to the Office of the. City Clerk by June 1, 2000. Three (3) proposals were received, and all three proposals were found to be responsive and in accordance with the terms set by the RFP. Two meetings (July 31, 2000 and August 7, 2000, respectively) were held by the RFP selection committee to review and evaluate the proposals and the findings of the committee are as follows in order of rank: Barrett and Associates, Inc.; SHL Landy Jacobs, Inc.; and Sheldon Zedeck, Inc. Firms were evaluated first by the quality of proposal and obtained points as specified in the RFP on the proposal, as well as additional points received and added to the total score based on cost. Therefore, the ranking of the firms was based on both the qualification of the proposal received and the potential cost that is subject to negotiation. The costs identified by the three potential consultants to provide the three different promotional examinations, inclusive of all travel and related costs, are $228,872.50 from Barrett and Associates, Inc., $267,700.00 from SHL Landy Jacobs, Inc., and $226,000.00 from Sheldon Zedeck, Inc. It is the recommendation of the selection committee for the City to undertake negotiations with the highest rank firm, Barrett and Associates, Inc., and if negotiations fail with that firm to then enter into negotiations with the second rank firm and then the third rank firm, in that order, if necessary to secure a vendor. Funding has been budgeted by the Department of Fire -Rescue in Account No. 001000.280601.6.270 at an estimated amount not to exceed $228,872.50, as determined by the cost proposed by the top ranked firm, noting that this amount is sulbiect to decrease following negotiations for the professional services agreement. CAG/RJN/A/RSJ/M 0--765 TO: Carlos A. Gimenez City Manager FROM: William B son CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: August 16, 2000 SUBJECT: Verification of Funds in FY 2000-2001 and 2001-2002 REFERENCES: Chief of Fire ENCLOSURES: Department of Fire -Rescue FILE: This memorandum serves to confirm the approval of budgeted funds for FY 2000-2001 in the amount of $150,000.00, as well as the future appropriation of funds for FY 2001-2002 in the amount of $78,872.50 in accordance with funds allocated to the Department of Fire -Rescue per the Five Year Plan. Funding for both Fiscal Years will be available from Account Code 001000.280601.6.270. The FY 2000-2001 funds referenced in the amount of $150,000.00 are to be utilized for the promotional examinations in the Department of Fire -Rescue for the classifications of Chief Fire Officer and Fire Captain, which have current eligible registers terminating in January 2001. The funds referenced for allocation in FY 2001-2002 in the amount of $78,872.50 are to be utilized for the promotional examination in the Department of Fire -Rescue for classification of Fire Lieutenant, as that eligible register will terminate November 2001. The City Commission approved the release of the Request For Proposal (RFP) 99-00-113 on March 9, 2000, to seek a test developer for all three classifications at onetime as a cost saving measure. The Department of Management and Budget verifies that funds will exist as referenced above which the Department of Fire -Rescue can appropriate for this project. Approved: .e WB/MLK/acp d.W44W - Linda M. Haskins, Director, Management and Budget C: Judy S. Carter Director Department of Purchasing Q 22 DO Date City of M' ;ns .anasemenf� 3 s Dade _ o8 -I.'7. 39I z}33 I n ) 4 0 &0 l . Anh IS a//vvya��s'-ble ik)� acc���� / w�cO�80C,Mn1.- Ino 0�70 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUNf-,;1 -) = a Donald H. Warshaw ebruary 4, 2000 To : City Manager DATE: FILE: SUBJECT: Permission to Issue a Request for Proposal (RFP) For Test Development FROM: Chief C.A. Gimenez, Director REFERENCES: Department of Fire -Rescue ENCLOSURES: This memorandum serves to confirm that the Department of Fire -Rescue will appropriate funds for test development for the ranks of Chief Fire Officer, Fire Captain, and Fire Lieutenant in fiscal 2000-2001. The RFP issued for these projects will allow the Department of Fire -Rescue sufficient time to select a test developer, as well as develop examinations for Spring (CFO and Fire Captain), and Summary (Fire Lieutenant) 2001 administrations. The Department of Management and Budget verifies that funds will exist in an amount estimated at $150,000 in fiscal year 2000-2001 from the general operating fund of the Department of Fire -Rescue Account No. 001000.280601.6.270 fund which can be appropriated for this project. Approved: Q• 9 1? '9001) V Luie L. Brennan, Acting Budget Director Date CAG/MLK/acp C: Judy S. Carter, Director Department of Purchasing CRY of slod Management & Budget Date Time1!_05 g) -?M) rvr FV2Q0( Amount of$ '' 345 k milable in account number. /iILlJl_ Verid by: SIGNA URE © t'ff A,4 yea,, Flan, nicAl Yews Ivo —2oo4� EAIbi+ fit , ��,10 u6- 765 • August 7, 2000 Carlos A. Gimenez City Manager City of Miami 444 SW 2nd Avenue, I e Floor Miami, Florida 33130 Dear Mr. Gimenez: • .1;-...---.-.�j�-1-D � J 01 FIG -P 00 �i"'� 14 P i I I = 31 RE: RFP #99-00-113: Chief Fire Officer, Fire Captain, and Fire Lieutenant Promotional Examination Test Development I am writing to you as Chairperson of the selection committee for Request For Proposal (RFP) #99-00-113: Chief Fire Officer, Fire Captain, and Fire Lieutenant Promotional Examination Test Development_ On July 31, 2000, and August 7, 2000, the selection committee met and reviewed the three (3) proposals that were received and deemed responsive. The proposals were evaluated first on their content, and second on their price. The results of the committee's findings are as follows in order of results from the firm with the highest points awarded to the firm with the least points awarded: 1. Barrett and Associates, Inc. 2. SHL Landy Jacobs, Inc. 3. Sheldon Zedeck, Inc. It is the recommendation of the selection committee that the City Manager negotiate with the highest ranked firm, Barrett and Associates, Inc., and proceed to negotiations with the second ranked firm, SHL Landy Jacobs, Inc., only if negotiations with the first rank firm do not succeed If negotiations with the second rank firm do not succeed, then it is the recommendation of this committee to negotiate with the third rank firm, Sheldon Zedeck, Inc., as the final qualified firm. If negotiations are not successful, then this committee recommends that a new RFP be issued for services. Thank you for your attention to this matter. Should you have any questions regarding the findings of the selection committee, please feel free to contact me at (954) 987-8560, or Ms. Pam Burns of the City of Miami Department of Purchasing at (305) 416-1905. Sincerely, Vs Approved by: ommittee Chairperson 0— 765 Akron, Ohio 44302 Non -local Non -Minority RFP No. V8-0O413TABULATION aYTHE EVALUATION COMMITTEE for CONSULTING SERVICES FOR CHIEF FIRE OFFICER, CAPTAIN AND 3OUSouth BunowpaStreet 98 100 LIEUTENANT EXAMINATION PROCESS PROPOSERS RATER #1 RATER #2 RATER #3 Ell RATER#4 RATER #5 AVERAGED PRICING 15Windsor Avenue 06 95 Kensington, CA94700 Non -Local /Non -Minority ~mnm: Maximum number ofpoints under Phase |(TeoxoimuVabove io12a Maximum number u[points under Phase U(P,imu)iou5 SCORES ���RE8 Barrett and Associates, Inc. Suite Seven 5OOWest Exchange Street 100 104 96 83 96 97�O 24.68 � Akron, Ohio 44302 Non -local Non -Minority SHL LondyJacobs, Inc. 3OUSouth BunowpaStreet 98 100 State College, Pu. 16801 Sheldon Zedeck,Inc. 15Windsor Avenue 06 95 Kensington, CA94700 Non -Local /Non -Minority ~mnm: Maximum number ofpoints under Phase |(TeoxoimuVabove io12a Maximum number u[points under Phase U(P,imu)iou5 Total Number of Available Points is 150 APPROVED BY: '5F_ Chief Procurement Officer DATE: _ .. 1O4 101 98 104 AN% APPROVED BY: DATE: 14 100 | � OVERALLTOTAL RANKING SCORE INCL. PRICING 0 132.49 6 3 0 AN% APPROVED BY: DATE: 14 100 | � OVERALLTOTAL RANKING SCORE INCL. PRICING 0 132.49 6 3 0 EVALUATION COMMITTEE MEMBERS RFP 99-00-113 CONSULTING SERVICES FOR CHIEF FIRE OFFICER, CAPTAIN, AND LIEUTENANT EXAMINATION PROCESS Rater # Name / Affiliation 1. Meana Roiz-Felipe, MS Choice Hire, Inc. Director of Human Resources 2. Captain Edward Pidermann Vice -President IAFF Local 587 3. Assistant Chief James A. Fisher Chief Fire Officer Department of Fire -Rescue 4. Bradley M. Schneider, MS, MA, ABD Ph.D. Testing and Validation Specialist Department of Human Resources 5. Eyran Kraus, MS, ABD Ph.D. Industrial/Organizational Psychologist Florida International University 00— 765 E REQUESTING ACCEPTANCE OF CITY MANAGER AND EVALUATION COMMITTEE'S RECOMMENDATION RFP 99-00-113 ITEM: Chief Fire Officer, Fire Captain, and Fire Lieutenant Test Development Services DEPARTMENT: - Fire-Rescue/Human Resources TYPE: Contract REASON: It is recommended that the most qualified firms, in rank order, are: 1) Barrett & Associates, Inc. (BAA) 2) SHL Landy Jacobs, Inc. (SHL -L]), and 3) Sheldon Zedeck, Inc. (SZI) to provide and administer the promotional examination processes for the classifications of Chief Fire Officer, Fire Captain, and Fire Lieutenant for the Department of Human Resources; authorizing the City Manager to negotiate and execute an agreement, in a form acceptable to the City Attorney, with BAA for an initial term of one (1) year, with the option to extend for two (2) additional one (1) year periods, at an estimated total cost not to exceed $228,872.50 during the initial and extended term of the agreement; allocated funds therefore from the department of Fire -Rescue General Operating Budget, Account Code No. 001000.280601.6.270. irec of Purchas g Zb� Date AwardIssueRR t CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BIDITEM: CONSULTING SERVICES FOR CHIEF FIRE OFFTrFR ETRE CAPTAIN AND FIRE LIEUTENANT EXAMINATION PROCESSES BID NO: RFP=99-00-113 DATE BID(S) OPENED: JUNE 19, 2000 TIME 11:00 a. m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK SHL BOULDER (one box) BARRETT & ASSOCIATES INC. (One box) SHELDON ZEDECK INC. (One box) "Offers from the veneors lisled herein ct. e t';ze 07717 .ffcrr- receive 1i' rs.y c:5 c: t.xe cY cve o�aen?ng other offers submilled in rasn- onse to th,s sclicillaflon, l�lc cr.-,id f.r.^. AT! are hereby resected as late. ` U7J-7�5 �t1W fA V6 A received ( / ) envelops on behalf of Person receiving bid(s) PURCHASING DEPARTME T %0' on V/,� / (City Department) 61 (Date) City FA" I ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FL 33133 for the following: . BID NO. 99-00-113 CONSULTING SERVICES FOR CHIEF FIRE OFFICER, FIRE CAPTAIN, AND. FIRE LIEUTENANT EXAMINATION PROCESSES OPENING DATE: 11:00 A.M. MONDAY, June 19, 2000 (Deadline for Request of additional information/clarification: June 1, 2000) Detailed specifications for this bid are available upon request at the, City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FL 33130. Telephone No. 416-1906. THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD PRINT). Carlos A. Gimenez CITY OF MIAMI City Manager LOGO AD NO. M60 I Ll Iq V., 4av4^+r'f .; '„e•t.'4t,' l " „+ c r r J.. '^1.,fY 1•:� 1,7 "7f.,+� N r y d{ ``' Y d41...-,w.a� ,., - `Y:. - i. is r, t :�. 4.i` "{, •; ` _. �; �� � - City of: Mlaml � This number must 11 s R�wIS��I®� ��� A®VERTiSEf1AE[VT; appear. in the `• e y advertisement., ! INSTRUCTIONS .r PJ asp ' e and" attach _' -a co ": of 4he adverbs ment.with,tlii E r i ition. i 1 Department 2 Division`. �s.aiie` ., .Admin atiation Account "%um4 Is" this b ` a confirmation d686 ,1,16 5.' Prepared. by - D oo.Oe-280101,,b'e.287� ❑ ,Yes- ❑, No Ma :Rodriguez - - 6 S.ie of advertisement' 7 ''Starting , date: ' 8 • Telephone number: 5/x.9/00 9 Number of times this advertisement is.to'be TO Type of: advertisement: i ublished Once. Legal Ell Cl a'❑ Dis la RFP NQ •.99-00-13 Fire Captain,.ChieffFir ei3Officer.,and, Lieutenant,' ic- Publication Dates) of.. awn :Amount -Advertisement, ,; Invoice NO, "w \} 1 xa Miami Business,. Review s, r � Miami H erald � Y -�- •`ii+°� �` , CD r, r asp: it ( � � • i '1 �,+.. �. 54 ,a ., n +"' �.•. :, a _.. .,�,; .. (( 7 It , 3 Y 4 I ! ' t � 3 Appro4ed I 4x ❑ F Disapproved n Departrr ent 3 Director: Designee _ 'i Date Approved & , Payment Date C GS/PC 50`3,'Rev.: 12/89,' Routing Forward White and':Canary to GS.A (Procurement Management) and retain Pmk.bopy_ ..' t`,;. f)IST.,RIBUTION White G.:S.A ; Canary - _pepartmehf a City ofMiami, Florida Consulting Servror Chief Fire Officer, Fire Captain, and Fire Lieu! Examination Process RFP 99-00-113 6.0. RFP Response Forams CHECK LIST This checklist is provided to help you conform with all form/document requirements stipulated in this RFP. 6.1 RFP Information Form This form must be completed, signed, and returned with Proposal. Submitted With Proposal YES 6.2 Insurance Requirements Acknowledgment of receipt of information on the insurance requirements for this YES RFP. (Must be signed). 63 Proposer Background Information This form must be completed in its entirety to verify the capability of Proposer to YES perform the services specified in the RFP. 6.4 Minority/Women Business Affairs Registration Affidavit, if applicable - Must be completed only if one or more of the owners in the business YES enterprise is at Ieast 51 % owned by a Black, Hispanic or Female. 6.5 Minority Status Information Sheet YES_ To be completed, if applicable. 6.6 Affirmative Action Policy for Equal Employment Opportunity (Sample) YES 6.7 Primary Office Location Affidavit, if applicable YES 6.8 Debarment and Suspension Certificate (must be signed) YES 6.9 Statement of Compliance with Ordinance No. 10032 (First Source Hiring YES Agreement) 6.10 Proposer (Vendor) Application, if applicable - All prospective Proposers should complete a Vendor application for YES the commodities/services the Proposer can regularly supply to the City. Should a prospective Proposer not be currently listed on the City's Proposeribidder's list, a Vendor application will be enclosed with the RFP package. Proposers who have already submitted an application and secured a vendor number from the City are not required to submit a new Vendor application. 6.11 Occupational License - All Responses shall be accompanied by a copy of your YES current license(s), as required. 6.12 Proof of current M/WBE Certification by City, if applicable. YES 6.13 Conflict of Interest, if applicable YES 6.14 Complete Proposal Response with all required documentation and information. YES 6.15 Cost / Fee Proposal - to be submitted with Proposal in a sealed envelope separate YES_ from Proposal containing all costs/fees proposed for this project. 24 City of Miami, Florida Consulting Seli* Chief Fire Officer, Fire Captain, and Fire Lieu Examination Process RFP 99-00-113 6.1. RFP Information Form Mailing Date: May 21, 2000 Buyer: Pamela Burns RFP No.: 99-00-113 Fax: (305) 416-1925 Commodity Code: TERM CONTRACT CONSULTING SERVICES FOR CHIEF FIRE OFFICER, FIRE CAPTAIN, AND FIRE LIEUTENANT EXAMINATION PROCESSES RFP NO. 99-00-113 I certify that any and all information contained in this proposal is true; and I further certify that this proposal is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a proposal for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFP, and certify that I am authorized to sign for the Proposer. Please print the following and sign your name: Firm's Name: Telephone: Principal Business Address: Mailing Address: Name: Authorized Signature: Fax: Title: E-mail Address: 25 'e City of Miami, Florida Consulting Senor Chief Fire Officer, Fire Captain, and Fire Lieu Examination Process RFP 99-00-113 6.2. Indemnification and Insurance INDEMNIFICATION Proposer shall indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnities") and each of them from and against all loss, cost, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or in connection with (i) the performance or non-performance of the services contemplated by the Contract which is or is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive) of Successful Proposer or its employees, agents, or subcontractors (collectively referred to as "Successful Proposer"), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent, or contributing) by any act, omission, default or negligence (whether active or passive) of the Indemnities, or any of them or (ii) the failure of the Successful Proposer to comply with any of the provisions in the Contract or the failure of the Successful Proposer to conform to statutes, ordinances or other regulations or requirements of any governmental authority, federal or state, in connection with the performance of the Contract. Successful Proposer expressly agrees to indemnify and hold harmless the Indemnities, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Successful Proposer, or any of its subcontractors, as provided above, for which the Successful Proposer's liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. Successful Proposer further agrees to indemnify, defend and hold harmless the Indemnities from and against (i) any and all Liabilities imposed on account of the violation of any law, ordinance, order, rule, regulation, condition, or requirement, in any way related, directly or indirectly, to Successful Proposer's performance under the Contract, compliance with which is left by the Contract to the Successful Proposer, and (ii) any and all claims, and/or suits for labor and materials furnished by the Successful Proposer or utilized in the performance of the Contract or otherwise. Where not specifically prohibited by law, Successful Proposer further specifically agrees to indemnify, defend and hold harmless the Indemnities from all claims and suits for any liability, including, but not limited to, injury, death, or damage to any person or property whatsoever, caused by, arising from, incident to, connected with or growing out of the performance or non-performance of the Contract which is, or is alleged to be, caused in part (whether joint, concurrent or contributing) or in whole by any act, omission, default, or negligence (whether active or passive) of the Indemnities. The foregoing indemnity shall also include liability imposed by any doctrine of strict liability. The Successful Proposer shall furnish to City of Miami, c/o Department of Purchasing, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance prior to contract execution which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Workers' Compensation Insurance for all employees of the Successful Proposer as required by Florida Statute 440. B. Public Liability Insurance on a comprehensive basis in an amount not less than $1,000,000.00 combined single limit per occurrence for bodily injury and property damage. City must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work in an amount not less than statutory combined single limit per occurrence for bodily injury and property damage. D. Professional Liability Insurance with Minimum Limits of $1,000,000.00 per occurrence. The City is required to be named as additional insured. BINDERS ARE UNACCEPTABLE. 26 City of Miami, Florida Consulting SeAWr Chief Fire Officer, Fire Captain, and Fire Lint Examination Process RFP 99-00-113 The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the Successful Proposer. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A" as to management, and no less than "Class X" as to financial strength, by the latest edition of Best's Key Rating Insurance Guide or acceptance of insurance company which holds a valid Florida Certificate of Authority issued by the State of Florida, Department of Insurance, and are members of the Florida Guarantee Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY RFP NUMBER AND/OR TITLE OF RFP MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Successful Proposer of his liability and obligation under this section or under any other section of this Agreement. The Successful Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Proposer. --If insurance certificates are scheduled to expire during the contractual period, the Successful Proposer shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: A) Suspend the Contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the RFP. B) The City may, at its sole discretion, terminate the Contract for cause and seek re -procurement damages from the Successful Proposer in'conjunction with the violation of the terms and conditions of the Contract. The undersigned Proposer acknowledges that (s)he has read the above information and agrees to comply with all the above City requirements. Proposer: Signature: (Company name) Date: Print Name: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE 27 City of Miami, Florida Consulting Servilo Chief Fire Officer, Fire Captain, and Fire Lieu JoExamination Process RFP 99-00-113 6.3. Proposer Background Information INSTRUCTIONS: This questionnaire is to be included with your Response. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: COMPANY OFFICERS: President Vice President Secretary COMPANY OWNERSHIP: Treasurer LICENSES: 1. County or Municipal Occupational License No. (attach copy with Response) 2. Occupational License Classification 3 4. 5. Occupational License Expiration Date: Miami -Dade County Certificate of Competency No. (attached copy if requested in RFP) Social Security or Federal I.D. No._ 28 % of ownership of ownership % of ownership % of ownership City of Miami, Florida Consulting Serv& Chief Fire Officer, Fire Captain, and Fire Lieut Examination Process RFP 99-0o-113 Proposer Background Information form (page 2) EXPERIENCE: 6. Number of Years your organization has been in business: 7. Number of Years experience PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the RFP: 8. Number of Years experience PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the RFP: 9. Experience Record: List references who may be contacted to ascertain information on past and/or present contracts, work, jobs, that PROPOSER has performed of a type similar to that required by specifications of the City's RFP: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB Contact Person: Phone No: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB Contact Person: Phone No: 29 City of Miami, Florida Consulting Servior Chief Fire Officer, Fire Captain, and Fire Lieu Examination Process RFP 99-00-113 Proposer Background Information form (page 3) FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB Contact Person: WIT67M =4 FIRM NAME/ADDRESS DATE OF JOB . DESCRIPTION OF JOB Contact Person: Phone No: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB Contact Person: Phone No: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FOAM MAYDISQUALIFY YOUR RESPONSE 30 City of Miami, Florida Consulting Sell* Chief Fire Officer, Fire Captain, and Fire Lieu Examination Process RFP 99-00-113 6.4. Minority/Women Business Affairs Registration Affidavit Please Check One Box Only [ ] Hispanic [ ] Female [ ] Black [ ] Not Applicable If business is not 51 % minority/female owned , affidavit does not apply. If not applicable, notarization is not required. I (We), the undersigned agree to the following conditions: 1) that we have read Section 3.7 of the General Terms and meet the fifty-one percent (51%) ownership and management requirement for minority/women registration status and will abide by all of the policies and regulations governing the City's Minority and Women Business Enterprise Procedures; 2) that if at any time information submitted by the undersigned applicant in his/her Vendor Application should prove to be false, inaccurate, or misleading, applicant's name will be struck from the City Bidder's list with no further consideration given to this applicant; 3) that the City maintains the right, through award of contract, to revoke the award, should it be found that false, inaccurate or misleading information or a change in the original information have occurred; 4) to notify the City within thirty (30) days of any change in the firm's ownership, control, management or status as an ongoing minority/women business concern as indicated on the Vendor Application, and that the City, upon a finding to the contrary, may render a firm's registration with the City null and void and cease to include that firm in its registered list of minority and women - owned businesses; 5) that the City has a right to diligently verify all information submitted by applicant in his/her Vendor Application to monitor the status of the Minority/Women Business Enterprise, once registered; 6) that the City may share a firm's registration information concerning its minority/women status and its capability with other municipal or state agencies for the sole purpose of accessing the firm to their procurement opportunities, unless otherwise specified by the firm in writing. 31 City of Miami, Florida Consulting SerWr Chief Fire Officer, Fire Captain, and Fire Liet Examination Process RFP 99-00-113 Minority/Women Business Affairs Registration Affidavit (page 2) I (We) certify under the penalties of perjury that the information contained in any and all application documents submitted to the City is correct as per Ordinance No. 10062, as amended. Firm Name: (Name, Title & Date) (If signing as a corporate officer, kindly affix corporate seal) (Name, Title & Date) This application must be signed by at least one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture. NOTARIZATION COUNTY, SS COUNTY OF MIAMI-DADE Date: That: personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced NOTARY PUBLIC: My Commission Expires: as identification. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MA Y DISQUALIFY YOUR RESPONSE 32 City of Miami, Florida Consulting Se"101 Chief Fire Officer, Fire Captain, and Fire LieuloExamination Process RFP 99-00-113 6.5. Minority Status Information Sheet MINORITY CLASSIFICATION AND PARTICIPATION Please check one box only and complete any and all sections applicable to your firm. 1. Indicate Minority/Women classification of Business Enterprise (PROPOSER): [ ] B=BLACK [ ] H=HISPANIC [ ] F=FEMALE [ ] NM=NON-MINORITY 2. If ONE OF THE FOLLOWING, give details of Minority/Women Participation within firm(s), or as it may apply to this RFP, if awarded. Indicate Minority/Women Classification of each company: A. JOINT VENTURE: Provide information regarding Minority/Women Firms participating and the extent of participation. % of Dollar Firm Name Business Address Proposal Amount r] r I r ] r] r B. SUBCONTRACTORS: Provide information regarding Minority/Women firms participating and the extent of participation. % of Dollar Firm Name Business Address Proposal Amount r] r] U U U FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAYDIS UALIFY YOUR RESPONSE 33 City of Miami, Florida Consulting SelioChief Fire Officer, Fire Captain, and Fire Lieu,&Examination Process RFP 99-00-113 6.6. Sample Affirmative Action Policy For Equal Employment Opportunity AFFIRMATIVE ACTION/ EQUAL EMPLOYMENT OPPORTUNITY - POLICY STATEMENT It is the policy of (Company Name) to base its hiring and promotions on merit, qualifications and competency and that its personnel practices will not be influenced by an applicant's or employee's race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. One of the management duties of all principals at (Company Name) is to ensure that the following personnel practices are being satisfied: 1. Take every necessary affirmative action to attract and retain qualified employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. 2. Maintain equitable principles in the recruitment, hiring, training, compensation and promotion of employees. 3. Monitor and review personnel practices to guarantee that equal opportunities are being provided to all employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. (Company Name) is committed to take affirmative action and aggressively pursue activities that will serve to enable all employees and applicants opportunities available throughout this organization. Clearly, the above actions cannot be accomplished as a secondary duty for any individual, despite the full support of management. And so, to monitor our efforts, (Company Name) has assigned one of its principals as the Affirmative Action Director to monitor all activities of this program. Employees may contact (Name of assigned principal) at (telephone number) regarding this Affirmative Action Policy. DATE: (SIGNATURE/TITLE): FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAYDISQUALIFY YOUR RESPONSE 34 City of Miami, Florida Consulting Seller Chief Fire Officer, Fire Captain, and Fire Deus Examination Process RFP 99-00-113 6.7. Primary Office Location Affidavit Please type or print clearly. This Affidavit must be completed in full, signed and notarized only if your primary office is located within the corporate limits of the City of Miami. Legal Name of Firm: Entity Type: (check one box only) [] Partnership [] Sole Proprietorship [] Corporation Corporation Doc. No: Occupational License No: Date Established: Date of Issuance: Primary Office Locaf on' f Pnnc>ipal estal hshment otthe hidderlproposer) s PRESENT Street Address: City PREVIOUS Street Address: City: State: State: 35 How long at this location: How long at this location: City of Miami, Florida Consulting Servlft Chief Fire Officer, Fire Captain, and Fire Lieut Examination Process RFP 99-00-113 Primary Office Location Affidavit (page 2) I (we) certify, under penalty of perjury, that the primary office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local proposers by this section. Authorize Signature Print Name (Corporate Seal) Title Authorize Signature Print Name Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) STATE OF FLORIDA, COUNTY OF MIAMI-DADE [] Personally known to me; or [] Produced identification: Subscribed and Sworn before me that this is a true statement this day of 199_ Notary Public, State of Florida My Commission expires (Seal) Printed name of Notary Public Please submit with your proposal copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firm's primary office. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MA Y DISQUALIFY YOUR RESPONSE we Y City of Miami, Florida Consulting serlor Chief Fire Officer, Fire Captain, and Fire Liezet Examination Process RFP 99-00-113 6.8. Debarment And Suspension CITY OF MIAMI CODE SEC. 18-56.4 (a) Authority and requirement to debar and suspend: After reasonable notice to' an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of city contracts. The debarment shall be for a period of not fewer than three (3) years. The City Manager shall also have the authority to suspend a contractor from consideration for award of city contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract; 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty; 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or proposals; 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension; 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity; l 6. False certification pursuant to paragraph (c) below; or 37 City of Miami, Florida Consulting Serlo Chief Fire Officer, Fire Captain, and Fire Liet Examination Process RFP 99-00-113 Y 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing city contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Company name: Signature: Date: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE. WV City qfMiami, Florida Consulting Service Chief Fire Officer, Fire Captain, and Fire Lieu JoExamination Process RFP 99-00-113 6.9. STATEMENT OF COMPLIANCE WITH ORDINANCE NO. 10032 Proposer certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032 (Section 18-105 of the City Code) pertaining to the implementation of a "First Source Hiring Agreement." Proposer will complete and submit the following questions as part of the RFP Proposal. Violations of this Ordinance may be considered cause for annulment of a Contract between the Successful Proposer(s) and the City of Miami. A. Do you expect to create new positions in your company in the event your company was awarded a Contract by the City? Yes No B. In the event your answer to Question "A" is yes, how many new positions would you create to perform this work? C. Please list below the title, rate of pay, summary of duties, number of positions, and expected length or duration of all new positions which might be created as a result of this award of a Contract. 1) 2) 3) 4) 7) 8) (Use additional sheets if necessary) PROPOSER NAME: SIGNATURE/TITLE: DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY PROPOSAL. 39