HomeMy WebLinkAboutR-98-0929J-98-1018
9/18/98
RESOLUTION NO. 9 " "
29
A RESOLUTION, WITH ATTACHMENT, AUTHORIZING
THE CITY MANAGER TO ISSUE A REQUEST FOR
PROPOSALS ("RFP"), IN SUBSTANTIALLY THE
ATTACHED FORM, TO SOLICIT PROPOSALS FOR THE
PROVISION OF DEBT COLLECTION SERVICES FOR THE
DEPARTMENT OF FINANCE.
WHEREAS, it is necessary for the Department of Finance to
solicit proposals from qualified individuals or firms
("Proposers") to provide debt collection services for revenues
due the City of Miami ("City"); and
WHEREAS, the contract with the successful Proposer shall be
for an initial two (2) year period, with the City's option to
extend said contract for two (2) additional one (1) year periods;
and
WHEREAS, the City Manager and the Director of Finance
recommend that the RFP process be implemented to obtain said
services;
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
thereto and incorporated herein as if fully set forth in this
ATTACHMENT (S)`
jONTAINED
aITYEYMG C
� tW
SEP 2 8 egg
no.
Section.
Section 2. The City Manager is hereby authorized to
issue an RFP, in substantially the attached form, to solicit
proposals for the provision of debt collection services for the
Department of Finance.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor1/.
PASSED AND ADOPTED this 28th day of September , 1998•
JOE CAROLLO, MAYOR
In accordance With Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said legislation now
becomes effective with the elapse of ten (10) days f the date of Commi icn action
regarding same, without the Mayor exerci i ve -
ATTEST:
Waite J. F , City Clerk
WALTER J. FOEMAN
CITY CLUZ
AND CORRECTNESS:
N1!rRO VPTLARELLO
ATTORNEY
960:CSK
1� 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.
2-
ffl
c>_
na
City of Miami
Request for Proposals
RFP
Purchasing Department
Judy S. Carter, Director
Miami Riverside Center
444 SW 2"a Avenue, Oh Floor
Miami, Florida 33130
Web Site Address: http://ci.miami.fl.us/
Proposal Data
RFP Number:
98-99-012
Commodity Code:
946-33
Commodity Title:
DELINQUENT DEBT COLLECTION SERVICES
Type of Purchase:
TWO (2)YEARS WITH OTR FOR THREE (3) ADDITIONAL ONE (1) YEAR PERIODS
M/WBE Set -Aside:
N/A
Sr. Buyer:
Pamela Burns
Buyer Phone:
305-416-1905 Fax: 305-416-1925
E-Mail Address:
purchase@ci.miami.fl.us
Issue Date:
Pre -Proposal Submission
Conference:
Proposal Submission Deadline
Day/Date:
Time:
Location/Mail Address: Office of the City Clerk
City Hall
3500 Pan American Drive
Miami, Florida 33133-5504
Directions: FROM THE NORTH: 1-95 SOUTH UNTIL IT TURNS INTO USI. USI SOUTH TO 27TH AVE., TURN LEFT,
PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON
PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
FROM THE SOUTH: USI NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE
DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT
THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
RFP Content Sections
1.0 Introduction to Request for Proposals
2.0 Specifications/Scope of Work describing what is needed
3.0 General Terms and Conditions that are general in scope
4.0 Special Provisions of Proposed Contract
5.0 Instructions for Submitting Proposal and Evaluation Criteria for this RFP
6.0 Response forms and Check List to be completed, signed and submitted with Proposal
Sealed written Proposals must be received by the City of Miami, City Clerk's Office, no later than the date, time and at
the location indicated above for the Proposal Submission. Submittal of Response by fax is not acceptable. Nine 9
copies of your Proposal and response forms must be returned to the City or your Proposal may be disqualified. NOTE:
This RFP does not constitute an order for the goods or services specified. The number of copies requested in this RFP
together with completed Response Forms must be returned.
98- 929
DRAFT
PUBLIC NOTICE
Sealed Proposals will be received by the City of Miami City Clerk at his office located at
City Hall, 3500 Pan American Drive, Miami, Fla. 33133 for the following:
RFP No. 98-99-012 : The City of Miami ("City") is seeking proposals ("Proposals")
from qualified and experienced firms to collect delinquent
receivables owed to the City from various sources.
MANDATORY
PRE -PROPOSAL
CONFERENCE: , 1998 at a.m.
SUBMISSION DATE: , 1998 at a.m.
This Request for Proposals (RFP) is available upon request at the City of Miami,
Purchasing Department, 444 S.W. 2 Avenue, Sixth Floor, Miami, Florida 33130. The
telephone number is (305) 416-1904 or (305) 416-1900.
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
1.0. INTRODUCTION TO REQUEST FOR PROPOSALS
1.1. Invitation
Thank you for your interest in this Request for Proposals ("RFP") process. The City of
Miami ("City"), through its Purchasing Department, invites responses which offer to
provide the services described in greater detail in Section 2.0: Specifications / Scope of
Work.
1.2. Business Objective
The City, a municipal corporation of the State of Florida, is seeking the services of a
qualified Proposer(s), which may be an individual, firm, corporation, joint venture,
partnership or other legal entity, for the recovery of outstanding delinquent debt owed to
the City from various sources.
1.3. Term of Contract
The Successful Proposer(s) ("Successful Proposer(s)") shall be required to execute a
contract ("Contract") with the City which shall include, but not be limited to, the
following terms:
a) The initial term of the Contract shall be for two (2) years.
b) The City shall have the option to extend the Contract for three (3) additional one
(1) year periods, at its sole discretion and on the same terms and conditions.
Successful Proposer will be given at least sixty (60) days prior written notice of
such extension. Extension of the term of the Contract beyond the initial period is
an option of the City to be exercised in its sole discretion and which does not
confer any rights upon the Proposer.
c) The City reserves the right to reject any and all Proposals, and to accept any part
of any Proposal which is in the best interests of the City.
1.4. Mandatory Pre -Proposal Conference
All prospective Proposers are required to attend the mandatory Pre -Proposal
Conference. The purpose of the pre -proposal conference is to allow potential Proposers
an opportunity to present questions to staff and obtain clarification of the requirements of
the RFP documents. Because the City considers the conference to be critical to
understanding the Proposal requirements, attending is mandatory in order to qualify as a
Proposer. Failure to attend this Pre -Proposal Conference shall deem a Proposal non-
responsive.
This conference will occur at the Miami Riverside Center located at 444 S.W. 2"d
Avenue, 10'h Floor Conference Room, Miami, Florida on at
DRAFT
98- 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
1.5. Instructions
Careful attention must be paid to all requested items contained in this "Competitive Sealed
Proposal," hereinafter referred to as Request for Proposals (RFP). Prospective Proposers are
invited to submit Proposals in accordance with the requirements of this RFP. Please read
the entire solicitation before submitting a Proposal. Proposers shall make the necessary
entry in all blanks provided for the responses.
The entire set of documents constitutes the RFP. The Proposer must return these documents
with all information necessary to properly analyze Proposer's response in total and in the
same order in which it was issued. Proposer's notes, exceptions, and comments may be
rendered on an attachment, provided the same format of this RFP text is followed. All
Proposals shall be returned in a sealed envelope with the RFP number and opening date
clearly stated on the outside of the envelope.
Proposers must provide a response to each requirement of the RFP. Proposals should be
prepared in a concise manner with an emphasis on completeness and clarity.
1.6. Award of Contract
Award shall be made to Proposer(s) whose Proposal is determined to be the most
advantageous to the City, taking into consideration fees and other evaluation factors set
forth in the RFP.
1.7. Changes / Alterations
Proposer may make written changes or withdraw a Proposal at any time prior to Proposal
submission deadline; however, no oral modifications will be allowed.
1.8. Subcontractors
A Subcontractor is an individual or firm contracted by the Proposer or Proposer's firm to
assist in the performance of services required under this RFP. A Subcontractor shall be
paid through Proposer or Proposer's firm and not paid directly by the City.
Subcontractors are allowed by the City in the performance of the services delineated
within this RFP. Proposer must clearly reflect in its Proposal all Subcontractors proposed
to be utilized, and provide for each Subcontractor the same information required of
Proposer. The City retains the right to accept or reject any Subcontractor(s) proposed.
Failure to list all subcontractors and provide the required information may disqualify any
proposed subcontractor(s) from performing work under this RFP.
Proposers shall include in its Proposal the subcontractor information, including the type
and percentage of work they will be providing, corporate and individual resumes, and all
relevant information required of Proposer. In addition, within five (5) working days after
the identification of the award to the Successful Proposer(s), the Successful Proposer(s)
shall provide a list confirming the subcontractors, if applicable, the Successful
Proposer(s) intends to utilize in the Contract. The list shall include, as a minimum, the
name, location of the place of business for each subcontractor, applicable licenses,
references, ownership, and other information required of Proposer.
' DRAFT
9s- 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
1.9. Discrepancies, Errors, and Omissions
Any discrepancies, errors, or ambiguities in the RFP or addenda (if any) should be reported
in writing to the City's Purchasing Department. Should it be necessary, a written addendum
will be incorporated to the RFP. The City will not be responsible for any oral instructions,
clarifications, or other communications.
1.10. Disqualification
The City reserves the right to disqualify Proposals before or after the submission date, in
its sole discretion, upon evidence of collusion with intent to defraud or other illegal
practices on the part of the Proposer. It also reserves the right to waive any immaterial
defect or informality in any Proposals; to reject any or all Proposals in whole or in part,
and reissue a Request for Proposals.
1.11. Proposal Receipt
Sealed Proposals will be accepted in accordance with the instructions detailed on the cover
of this RFP. After that date and time, Proposals will no longer be accepted. The Proposer
shall file all documents necessary to support its Proposal and shall include them with its
Proposal. Proposers shall be responsible for the actual delivery of Proposals during business
hours to the address indicated on the cover and in the RFP. It shall not be sufficient to show
that the Proposal was mailed in time to be received before scheduled submission date and in
advance of the deadline for receipt of Proposals.
1.12. Capital Expenditures
The Successful Proposer(s) understands that any expenditures that the Successful
Proposer(s) makes, in order to perform the services required by the City in this RFP, is a
business risk which the Successful Proposer(s) may include in its proposed price. The
City, however, is not and shall not pay or reimburse any expenditures or any other
expenses, incurred by any Proposer(s) in anticipation of a Contract award nor to maintain
the approved status of the Proposer(s) if a Contract is awarded.
1.13. RFP Process Milestones ********
The anticipated schedule for this RFP and subsequent Contract Award is as follows. All
dates listed in this section are tentative and subject to change.
• RFP available for distribution..................................................... Oct. 2, 1998
0 Mandatory Pre -Proposal Conference ............................................ Oct. 15 ,1998
• Due date for Questions.................................................................... Oct. 16, 1998
• Proposal Submission Date ......................................................... Nov. 2, 1998
• Initial Meeting of Evaluation Committee ....................................... Nov. 5, 1998
• 2" Meeting of Proposers by Evaluation Committee .................... Nov.13, 1998
• Oral Presentations, if applicable ........................................... Nov.20, 1998
• Recommendation from Evaluation Committee to City Manager Nov.23, 1998
• Recommendation from the City Manager to the City Commission Dec. 8, 1998
• City Commission Approval and Authorization for City .................... Dec. 8, 1998
Manager to negotiate and execute Contract.
**** Timetable subject to receipt of all information on receivables to be included on
Attachment A and approval to issue RFP by the City Commission.
5
DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
2.0. SPECIFICATIONS / SCOPE OF WORK
2.1 BACKGROUND
The City is seeking Proposals from qualified Proposers to bill and collect from various
persons or entity(s) on various accounts owed to the City. The City is seeking one
Successful Proposer to provide collection services for those accounts detailed in Category
1, and one Successful Proposer to provide collection services for those accounts reflected
in Category 2. While there shall be no more than one Successful Proposer for each
Category, the City may award a contract to one (1) Successful Proposer for both
Categories 1 and 2, if it is in the City's best interests. These accounts, describing the
types and numbers of accounts, and its aging, are listed by Category in Attachment A.
The debt shall not include any property tax collection efforts. In addition, Attachment A
is not to be considered all inclusive as the City reserves the right to add, delete, or modify
in any way any services required under this RFP at any time, and at the City's sole
discretion.
The penalty accrued on at least some delinquent accounts is 1 % per month. Additionally,
the City has been authorized to charge a returned check fee in the amount of $25.00 per
check. Should there be additional penalties imposed or amendment of penalty amount,
this information will be provided at a later time.
Existing delinquent accounts, which in some cases the origination date is unknown, will
be provided to the Successful Proposer(s) following negotiation with the City. From the
Contract execution date forward, the City will remit on a monthly basis those accounts
which have become 60 days delinquent in Category 1 as specified on Attachment A.
Those accounts under Category 2 will be negotiated as to the delinquency time frame for
turning over the accounts to the Successful Proposer.
2.2 SCOPE OF WORK
The successful Proposer(s) shall collect all delinquent debt as specified by the City. At
this time, it is anticipated the City will continue its normal collection procedures and
upon being delinquent 60 days for Category 1, accounts will be turned over for
collection. Accounts in Category 2 will be turned over to the Successful Proposer after a
time frame negotiated with the City. However, the City reserves the right to implement
other procedures or to turn over accounts earlier, or later, whenever the City deems this to
be in its best interests.
The receivables to be collected by Successful Proposer(s) are to be mailed to an address
provided by the City. The City shall remit to the Successful Proposer(s) its fee(s) upon
receipt of the collections generated by the Successful Proposer(s) and following the
clearance of all checks for payment of the same; payment shall be made based solely
upon the activities of the Successful Proposer(s) to obtain monies owed from delinquent
accounts. The City will not allow the Successful Proposer(s) to deduct its fees from the
receivables obtained from the collection of delinquent accounts. The City shall pay the
6
DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
Successful Proposer(s) in a manner acceptable to the parties as negotiated between
Successful Proposer(s) and the City.
Successful Proposer(s) shall adhere to the Code of Ethics prescribed by the American
Collection Association, the Florida Collection Association, or any other applicable
billing/collection Associations, and shall abide at all times by the Fair Debt Collections
Practices Act, and any other applicable law.
Successful Proposer(s) shall provide services to collect specific delinquent debt over 60
days for Category I owed to the City. It is the City's expectation that the cost to recover
said outstanding delinquent debt be at the lowest possible cost to the City and at the
greatest possible return. Successful Proposer(s) shall provide all types of collection
services currently being conducted by those experts in the industry, including "skip
tracing" efforts. At this time, the City will allow the successful Proposer(s) to utilize any
collection procedures or techniques authorized under City Code, State Law, or Federal
Regulations. The Successful Proposer(s) can use any legal means currently available for
collections as provided for by law. The City will allow the debtor(s) to be reported to a
Credit Bureau(s).
Successful Proposer(s) will be required to work with the data compiled currently on the
City's computerized financial system. The City currently possesses a Unisys A17
Mainframe, with a MCP level 4.2.3 (Unisys proprietary) Operating System.
The City does not have any standard compromise programs for the formal settlement of
an account(s) at this time. Additionally, the City does have accounts which are second
placements, but are not being considered to be turned over to a Successful Proposer(s) at
this time. On the accounts to be turned over to the Successful Proposer(s), no legal
actions have been taken on these accounts to the knowledge of the Contract
Administrator. The City and the Successful Proposer(s) must mutually agree before any
legal efforts, court costs, or other legal fees are incurred by Successful Proposer(s); as
such, Successful Proposer(s) must work closely in coordination with the Law Department
and the Contract Administrator regarding any such accounts requiring legal action.
Should any request(s) for any waiver(s) of debt by any party(s) be made, those requests
shall be submitted to the Contract Administrator by the Successful Proposer(s) and
continue its collection efforts. Should the City deem that a waiver of payment(s) should
be considered, it shall be addressed in a public forum by the City Commission. Only
upon the approval by a majority of the City Commission in a publicly advertised hearing
can a waiver of the collection of any delinquent debt by any person(s) or other entity(s)
be made. Only after approval by the City Commission will delinquent debt be absolved
from payment by any party based upon good cause shown and a recommendation from
the City Manager that payment on the debt be waived.
While not a requirement, the Successful Proposer(s) is encouraged to have an agent
and/or an office in the South Florida area so that Successful Proposer(s) could respond to
the City's requests expeditiously.
DRAFT
98- 929
09/18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
At the termination of any Contract period, Successful Proposer(s) shall fully cooperate
with the City and submit all data on electronic disk to the City, at its request, on any
accounts in the possession of the Successful Proposer(s) at the time of Contract
termination, the status of those accounts, and collection efforts made to date per account.
2.3 REPORTING REQUIREMENTS
At the request of the City, the Successful Proposer(s) shall document all of its efforts to
collect on specific account(s). Reporting requirements of the City include the provision of
the following types of reports:
• Status Reports, on a quarterly basis, with a complete list in last name sequence of all
open accounts indicating the status.
• Client Reports, on a monthly basis, with a list in last name sequence of all payment
since the previous report. For certain City accounts, the list shall be in the City
assigned customer account number sequence or in any other format deemed necessary
by the City.
• A List of accounts against which collection efforts have begun, including
recommended actions to be taken regarding problem collection accounts.
• A Summary of receipts and other actions on accounts by month of assignment.
• Referral Acknowledgment Reports, Recall Acknowledgment reports, Remittance
Reports, Closed Reports, and Placement Collection Analysis Reports shall be
submitted to the City.
It shall be the responsibility of the Successful Proposer(s) to provide all required reports
in a format required by the City, and in the frequency required for the provision of all the
above reports for auditing purposes. Whenever possible, the Successful Proposer(s) shall
specifically indicate on each list the types of reporting system utilized and for which
accounts. For example, for the Department of Police, the list of accounts should specify
the collection efforts were for "Overdue Alarm Fees / Fines" for the Police Department.
Additionally, the Successful Proposer(s) shall meet with the Contract Administrator and
other specified City personnel on at least a quarterly basis to discuss collection efforts
taken to date and the status of specific accounts.
2.4 PROPOSED FEES
Proposers must submit Fee Proposals for Category 1 or Category 2, or both Category
I and 2.
Proposer shall detail any and all fees and costs to provide the required services. Please be
advised the City is seeking Proposers whose only fees shall be on a percentage basis of
amounts collected. The City is requiring that as a minimum, Proposers provide the
following:
DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
• Fixed fee proposal based on a percentage basis of monies collected per Category,
• A percentage rate per Category based on length of delinquency.
• Costs for any legal fees to be provided based on the percentage of the amount of
receivables collected.
The Evaluation Committee will consider each collection rate to determine the rate which
best serves the City's needs.
Failure to include both rates reflected above on a per Category basis, and legal fees
on a percentage of receivables collected, shall deem a Proposal non -responsive.
DRAFT
98 - 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
3.0. GENERAL TERMS AND CONDITIONS
3.1. Acceptance/Rejection
The City reserves the right to accept or reject any or all Proposals or portions of any or all
Proposals, and to select the Proposer, who in the opinion of the City, will be in the best
interest of and/or the most advantageous to the City. The City also reserves the right to
reject the Proposal of any Proposer who has previously failed to properly perform under
the terms and conditions of a contract, to deliver on time contracts of a similar nature, and
who is not in a position to perform the requirements defined in this RFP. The City
reserves the right to waive any irregularities and technicalities and may, at its discretion,
withdraw and/or re -advertise the RFP.
3.2. Approval by Emergency Financial Oversight Board
The State of Florida has appointed an Emergency Financial Oversight Board (Oversight
Board) which is empowered to review and approve all City of Miami contracts. As a
result, the Contract, and contracts generally shall not be binding on the City until such
time as they have been approved by the Oversight Board. Execution of the Contract by
the City Manager shall constitute evidence of its approval by the Oversight Board.
3.3 City Not Liable for Delays
It is further expressly agreed that in no event shall the City be liable for, or responsible to,
the Successful Proposer(s) or to any other person for, or on account of, any stoppages or
delay in the work herein provided for by injunction or other legal or equitable
proceedings or on account of any delay for any cause over which the City has no control.
3.4. Contact Person
The contact person for this RFP is Pamela Burns, Sr. Procurement Contracts Officer,
Department of Purchasing, who can be reached at (305) 416-1905 or (305) 416-1900.
3.5. Contract Award And City's Rights
The Proposals will be evaluated by an Evaluation Committee ("Committee") appointed
by the City Manager, comprised of appropriate City staff and members of the community,
as deemed necessary, with the appropriate technical expertise and/or knowledge.
The Committee shall evaluate each Proposal based upon the evaluation criteria
established herein (the "Evaluation Criteria"). A Proposer may receive the maximum
number of available points or a portion of this score depending on the merit of its
Proposal, as evaluated by the Committee.
The Committee reserves the right, in its sole discretion, to request one (1) or more
Proposers to make oral presentations before the Committee as part of the evaluation
process. Such presentations/interviews provide the Proposer with an opportunity to
'° DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
clarify the Proposal and to ensure a mutual understanding of its content. The presentation
may be scheduled at the convenience of the Evaluation Committee and shall be recorded.
The Committee reserves the right to recommend not more than three (3) Proposers for
each Category based upon the results of the evaluation process. The Committee shall
submit its recommendation of the top ranked Proposer(s) for each Category to the City
Manager for acceptance. The City Manager shall make his recommendations to the City
Commission requesting the authorization to enter into negotiations for a Contract with the
top ranked firm(s). No Proposer shall have any rights against the City arising from such
negotiations or termination thereof.
The City reserves the right to enter into Contract negotiations with the Successful
Proposer(s). If the City and the Proposer cannot negotiate a Contract, the City may
terminate said negotiations and begin negotiations with another Proposer. This process
will continue until a contract acceptable to the City has been executed or all Proposals are
rejected. The City reserves the right to negotiate with each responsible and responsive
Proposer.
The decision to award the Contract shall be made by the City Commission, which shall
be final.
While the City Commission may direct that the City enter into a Contract with a
Proposer(s), said Contract may be conditional on the subsequent submission of other
documents within the time and in the manner specified in the contract.
The Proposer(s) shall acquire no vested rights by virtue of its recommendation by the
Evaluation Committee. No rights at all shall accrue to the benefit of the successful
Proposer until the Contract is executed by both parties.
The City reserves the right to reject any or all Proposals, in whole or in part, and/or make
award to one or more Proposers, whichever is deemed to be in the City's best interests.
The City also reserves the right to waive any informalities, irregularities and
technicalities in procedure at its sole discretion.
The City shall prepare and present the Contract for execution to the Successful Proposer.
3.6. Cost Incurred By Proposers
All expenses involved with the preparation and submission of Proposals to the City, or
any work performed in connection therewith shall be borne by the Proposer(s).
3.7. Inquiries
Any questions regarding this Proposal should be directed in writing via mail or fax to the
Chief Procurement Officer (Director of Purchasing) 444 S.W. 2°d Avenue, 6"' Floor,
Miami, Florida 33130. Proposers requiring clarification or interpretation of the RFP shall
make a written request to the Chief Procurement Officer on or before the close of
business on Friday, October 16, 1998. The person or firm submitting the request will be
11 DRAFT
98- 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
responsible for its timely delivery. Written responses will be compiled and shall be issued
only in addendum format and distributed to all potential Proposers. Any questions
regarding the process may be addressed to Ms. Pamela Burns, Sr. Procurement Contracts
Officer, at telephone (305) 416-1905, fax (305) 416-1925, or e-mail.
3.8. Legal Requirements
This RFP is subject to all applicable federal, state, county and local laws, ordinances,
rules and regulations that in any manner affect any and all of the services covered herein.
Lack of knowledge by the Proposer shall in no way be cause for relief from
responsibility.
3.9. Minority / Women Business Enterprise M/WBE Program
Ordinance No. 10062, as amended, entitled the Minority and Women Business Affairs
and Procurement Ordinance of the City of Miami, Florida sets forth "...a goal of awarding
at least 51 percent of the City's total annual dollar volume of all expenditures for all
goods and services, to Black, Hispanic and Women minority business enterprises on an
equal basis." A minority business enterprise is defined as a business firm ".An which at
least 51 percent of said enterprise is owned by Blacks, Hispanics, or Women and whose
management and daily business operations are controlled by one or more Blacks,
Hispanics or Women." To achieve the goal established by Ordinance 10062, vendors
doing business with the City are encouraged to include minority firms as participants in
their proposals.
Acceptable ways for minority participation in this Proposal are:
1. Proposers Certified by the City of Miami as M/WBE prior to proposal submission
2. Proposers who include minority/female-owned firms as subcontractors.
3. Proposers who have key professional staff members who are minorities and/or
females assigned to key positions for this engagement.
For the purposes of this RFP, a M/WBE certified entity is one which has been certified by
the City as a Black, Female, or Hispanic business enterprise prior to proposal submission.
Entities which are M/WBE certified by the Miami -Dade County Public Schools or the
State of Florida, any of its agencies, municipalities, or political subdivisions must also
meet the City's M/WBE certification requirements.
Proposers may contact the City Clerk's Office for copies of Ordinance No. 10062 and
amendments.
The Purchasing Department will provide the necessary forms and instructions upon
request. Proposers may contact Ms. Effie McCartney, M/WBE Supervisor, at (305) 416-
1921.
Each Proposer shall also submit along with the Proposal an Affirmative Action Policy
(AAP).
12 DRAFT929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
3.10. Non -Appropriation of Funds
In the event no funds or insufficient funds are appropriated and budgeted or funding is
otherwise unavailable in any fiscal period for payments due under the Contract, then the
City, upon written notice to the Successful Proposer or his/her assignee of such
occurrence, shall have the unqualified right to terminate the Contract without any penalty
or expense to the City.
3.11. Occupational License Requirement
Any Proposer with a business location in the City, who submits Proposal under this RFP,
shall meet the City's Occupational License Tax requirements in accordance with Chapter
31.1, Article I of the City's Charter. Proposers with a business location outside the City
of Miami shall meet their local Occupational License Tax requirements. A copy of the
license must be submitted with the Proposal; however, the City may at its sole option
and in its best interest allow the Proposer to supply the license to the City during the
evaluation period, but prior to award.
3.12. One Proposal
Only one (1) Proposal from an individual, firm, partnership, corporation or joint venture
will be considered in response to this RFP. If it is found that a Proposer or Proposer's
sub -consultant is included with more than one (1) Proposal, all Proposals which include
such Proposer shall be rejected by the City.
3.13. Proposer Qualifications
Proposers must satisfy the following requirements cited below. Failure to do so will
result in the Proposal being deemed non -responsive.
A. Proposers shall have been providing the services as described in this RFP for a
minimum of three (3) years; and have sufficient financial support, equipment and
organization to insure that it can satisfactorily execute the services if awarded a
Contract under the terms and conditions herein stated.
B. The City reserves the right, before awarding the Contract, to require a Proposer(s)
to submit such evidence of his/her qualifications as it may deem necessary and as
part of the Evaluation Committee's process, may consider any evidence available
to it of the financial, technical, and other qualifications and abilities of a Proposer,
including previous experiences of same with the City and performance evaluation
for services, in making the award in the best interest of the City.
C. Proposers shall have no record of pending lawsuits or criminal activities and not have
any conflicts of interest as defined by applicable law with the City.
D. Neither Proposer nor any member, officer, or stockholder of Proposer (s) shall be in
arrears or in default of any debt or contract involving the City, (as a party to a contract, or
otherwise); nor have failed to perform faithfully on any previous contract with the City.
1, DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
3.14. Proposer Registration
It is the policy of the City that all prospective Proposers complete a "Vendor
Application" indicating the commodities/services which the Proposer can regularly
supply to the City for inclusion on the City's Proposer/bidder's list. Should a prospective
Proposer not be currently listed on the City's Proposer/bidder'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. For any questions, contact the Vendor Registration Section at (305)
416-1913.
3.15. Public Entity Crimes
A person or affiliate who has been placed on the convicted Proposer list following a
conviction for a public entity crime may not submit a Proposal on a contract to provide
any goods or services to a public entity, may not submit a Response on a contract with a
public entity for the construction or repair of a public building or public work's project,
may not submit a Response on a lease of real property to a public entity, may not be
awarded or perform work as a contractor, supplier, subcontractor, or consultant under a
contract with any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017 of Florida Statutes for
Category Two for a period of 36 months from the date of being placed on the convicted
Proposer list.
3.16. Resolution Of Protests
Any Proposer who feels aggrieved in connection with the solicitation or award of a
contract may protest in writing to the Chief Procurement Officer (Purchasing Director)
who shall have the authority, subject to the approval of the City Manager and the City
Attorney, to settle and resolve a protest with final approval by the City Commission.
Sections 18-98 and 18-99 of the City Code of the City of Miami (Ordinance No. 11072)
describes the protest procedures and is included in this RFP. Protests failing to meet the
requirements for filing shall not be accepted. Failure of a party to timely file shall
constitute a forfeiture of such party's right to file a protest. NO EXCEPTIONS.
3.17. Review Of Proposals For Responsiveness
Each Proposal will be reviewed to determine if it is responsive to the submission
requirements outlined in the RFP. A "responsive" Proposal is one which follows the
requirements of the RFP, includes all documentation, is submitted in the format outlined
in the RFP, is timely submitted, and has appropriate signatures as required on each
document. Failure to comply with these requirements may deem a Proposal non-
responsive. A responsible Proposer is one that has the capability in all respects to fully
perform the requirements set forth in the proposal, and that has the integrity and
reliability which will assume good faith performance.
14 DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
3.18. Use of Name
The City is not engaged in research for advertising, sales promotion, or other publicity
purposes. No advertising, sales promotion or other publicity materials containing
information obtained from this proposal are to be mentioned, or imply the name of the
City, without prior express written permission of the City.
15
DRAFT
9S- 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
4.0. SPECIAL PROVISIONS of PROPOSED CONTRACT
4.1. Authorization
Upon authorization of the City Commission, the City Manager or his designee shall
negotiate all aspects of the Contract with the Successful Proposer(s). The City Attorney's
Office will provide assistance to the City Manager or designee during the negotiation of
the Contract and must approve the Contract as to legal form and correctness prior to the
City Commission's authorization for the execution of the Contract by the City Manager.
Moreover, the State of Florida has appointed an Emergency Financial Oversight Board
(Oversight Board) which is empowered to review and approve all pending City of Miami
contracts. As a result, contracts shall not be binding on the City until such time as they
have been approved by the Oversight Board. Execution of a contract by the City Manager
shall constitute evidence of its approval by the Oversight Board. The Contract shall
comply with all applicable laws, City Charter, and code provisions.
4.2. General
The term Contract shall address, but not be limited to, the following terms and
conditions:
4.2.1. Amendments to the Contract
The City Manager shall have sole authority to amend the Contract on behalf of the City.
4.2.2. Assignment Of Contract
The Successful Proposer(s) shall not assign any portions of the Contract, or any part of
his/her operations, without written permission granted by the City through the City
Manager, in the City's sole discretion.
4.2.3. Audit Rights and Records Retention
The Successful Proposer(s) agrees to provide access to the City, or any of its duly
authorized representatives, to any books, documents, papers, and records of the contractor
which are directly pertinent to this Agreement, for the purpose of audit, examination,
excerpts, and transcriptions. The Successful Proposer(s) shall maintain and retain any
and all of the aforementioned records for three (3) years after the City makes final
payment and all other pending matters are closed.
4.2.4. Cancellation
The City may terminate upon giving sixty(60) days written notice any Contract or part
thereof made pursuant to this RFP for convenience or cause. Any default by the
Successful Proposer(s) if the Successful Proposer(s) fails to comply with any of the terms
and conditions of the contract, unsatisfactory performance as judged by the Successful
Proposer(s), and failure to provide the City, upon request, reasonable assurance of future
performance, shall be causes allowing the City to terminate the Contract.
In the event of termination for cause, the City shall not be liable to the Successful
Proposer(s) for any amount, and the Successful Proposer(s) shall be liable to the City for
any and all damages sustained by reason of the default which gave rise to the termination.
16 A J8929
09/18/98
CITY OF MIAMI, FLORIDA
RFP 98-99-012
In the event of termination for convenience, the Successful Proposer(s) shall observe any
instructions from the City as to work in process. The Successful Proposer(s) will be paid
for services accepted by the Successful Proposer(s).
4.2.5. Compliance With Orders And Laws
The Successful Proposer(s) shall comply with all local, state, and federal directives,
ordinances, rules, orders, and laws as applicable to this RFP and subsequent contracting
including, but not limited to:
4.2.5.1 Executive Order 11246,
which prohibits discrimination against any employee, applicant, or
client because of factors including, but not limited to, race, creed,
color, national origin, sex, or age with regard to, but not limited to,
the following: employment practices, rate of pay or other
compensation methods, and training selection.
4.2.5.2 Occupational, Safety and Health Act (OSHA), as applicable to
this RFP.
4.2.5.3 The State of Florida Statutes, Section 287.133(3)(A) on Public
Entity Crimes.
4.2.5.4 Minority/Women Business Affairs Enterprise (M/WBE) City
Ordinance Nos. 10062, 10538, and 11272, as amended (Section
18-136 of the City Code), as applicable to this RFP.
4.2.5.5 Americans with Disabilities Act of 1990, as amended.
4.2.5.6 First Source Hiring Agreement, City Ordinance No. 10032, as
amended (Section 18-105 of the City Code), as applicable to this
RFP. Implemented to foster the creation of new, permanent jobs
for City of Miami residents.
4.2.5.7 National Institute of Occupational Safety Hazards (NIOSH), as
applicable to this RFP.
4.2.5.8 Local Preference Ordinance No. 11087 (Section 18-79(h) of the
City Code), as applicable to this RFP.
4.2.5.9 Conflict of Interest, City Code, Section 2-611 & 612, as
applicable to this RFP.
Non-compliance with all local, state, and federal directives, orders, and laws may be
considered grounds for termination of Contract(s).
17 DRAFT
ss-
929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
4.2.6. Conflict Of Interest
If any individual member of a proposing team, or an employee of a proposing team/firm,
or an immediate family member of the same is also a member of any board, commission,
or agency of the City, that individual is subject to the conflict of interest provisions of the
City Code, Section 2-611. The Code states that no City officer, official, employee or
board, commission or agency member, or a spouse, son, daughter, parent, brother or sister
of such person, shall enter into any contract, transact any business with the City, or
appear in representation of a third party before the City Commission. This prohibition
may be waived in certain instances by the affirmative vote of 4/5 of the City
Commission, after a public hearing, but is otherwise strictly enforced and remains
effective for two years subsequent to a person's departure from City employment or
board, commission or agency membership.
This prohibition does not preclude any person to whom it applies from submitting a
Proposal. However, there is no guarantee or assurance that such person will be able to
obtain the necessary waiver from the City, even if such person were the Successful
Proposer.
A letter indicating a conflict of interest for each individual to whom it applies shall
accompany the submission package. The letter must contain the name of the
individual who has the conflict; the relative(s), office, type of employment or other
situation which may create the conflict; the board on which the individual is or has
served; and the dates of service.
4.2.7. Contract Administrator
The Contract Administrator for the Contract shall be:
Name Mr. Pete Chircut, Treasurer
Department Finance
Address 444 S.W. 2"d Avenue, 6`h Floor
Miami, Florida 33130
Phone Number (305) 416-1945
Fax Number (305) 416-1987
4.2.8. Account Representative
Proposals shall include the name and telephone, and/or beeper number, in the event the
Contract is awarded to Proposer, where the City's Account Representative designated by
Proposer can be reached on a daily basis during at least regular business hours, Monday
through Friday, for purposes of addressing complaints and receiving information as to
Contract performance. Should the Account Representative deemed acceptable by the City
leave Proposer's firm for any reason, the City reserves the right to accept or reject any
other proposed Account Representative.
18 DRAFT
98- 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
4.2.9. Indemnification
The Successful Proposer(s) shall assume and agree to 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 losses, costs, penalties, fines,
damages, claims, expenses (including attorney's fees), 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 the Indemnities, or any of
them or (ii) the failure of the Successful Proposer(s) to comply with any of the
requirements specified within the Contract, or the failure of the Successful Proposer(s) to
conform to statutes, ordinances, or other regulations or requirements of any governmental
authority, federal or state, in connection with the performance under the Contract.
Successful Proposer(s) 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(s), or any of its subcontractors, if applicable and
as provided above, for which the Successful Proposer's liability to such employee or
former employee would otherwise be limited to payments under state Worker's
Compensation or similar laws.
4.2.10. Insurance
Within ten (10) days after notification of award, the Successful Proposer(s) shall furnish
Evidence of Insurance to the Purchasing Department. Please refer to Section 6.2
Indemnification and Insurance.
Execution of Contract and issuance of a purchase order is contingent upon the receipt of
proper insurance documents. If the insurance certificate is received within the specified
time frame but not in the manner prescribed in this RFP, the Successful Proposer(s) shall
be verbally notified of such deficiency and shall have an additional five (5) calendar days
to submit a corrected certificate to the City. If the Successful Proposer(s) fails to submit
the required insurance documents in the manner prescribed in this RFP, within fifteen
(15) calendar days after the Successful Proposer(s) has been made aware of Commission
award, the Successful Proposer(s) may be in default of the contractual terms and
conditions. Under such circumstances, the Successful Proposer(s) may be prohibited
from submitting future proposals to the City. Information regarding any insurance
requirements shall be directed to the Risk Management Administrator, Risk Management
Department, at (305) 416-1700. Additionally, Successful Proposer(s) may be liable to
the City for the cost of re -procuring the services, caused by Successful Proposer's failure
to submit the require documents.
4.2.11. Permits, and Licenses
The Successful Proposer(s) shall obtain and pay for any applicable licenses, permits and
inspection fees as may be required for each assigned project. All work shall comply with
all applicable laws and ordinances.
19 DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
In the event any governmental restrictions may be imposed which would necessitate
alterations of the material, quality, workmanship or performance of the items offered on
this proposal prior to their delivery, it shall be the responsibility of the Successful
Proposer(s) to notify the City at once, indicating in his/her letter the specific item/service
which requires an alteration. The City reserves the right to accept any such alteration
including any price adjustment(s) occasioned thereby, or to cancel the contract at no
expense or other liability(s) to the City.
4.2.12. Letter of Credit / Security
The Successful Proposer(s) shall submit to the City, together with the Contract executed
by it, an irrevocable Letter of Credit in the amount of Fifty Thousand Dollars
($50,000.00). The Letter of Credit is to assure payment to the City of all delinquent fees
that may become due by Successful Proposer(s) to City under the Contract.
The Letter of Credit shall be subject to approval by the City Attorney and shall be in
effect and irrevocable during the term of the Contract.
Successful Proposer(s) understands, and the Letter of Credit shall provide, that in the
event of a default by Successful Proposer(s) under the Contract, the City shall have the
right to draw upon the Letter of Credit in the amount determined by the City to be
necessary to cure the default. In such event, Successful Proposer(s) must immediately
take whatever action is required to cause the Letter of Credit to be replenished to its
original amount or have a new Letter of Credit issued. Failure to comply with this
requirement within five (5) days after City draws upon the Letter of Credit shall authorize
the City to immediately terminate the Contract with Successful Proposer(s).
For the purposes of this RFP, Proposer shall submit with its Proposal a letter from
his/her bank, attesting to Proposer's (financial resources) capability to proffer
credit/security should a Contract be awarded.
4.2.13. First Source Hiring Agreement
Successful Proposer(s) must agree to comply with City Ordinance 10032 (Section 18-105
of the City Code) to provide City of Miami residents priority in employment
opportunities which may arise should Successful Proposer(s) be awarded the Contract.
Proposers must complete and return "Statement of Compliance with Ordinance No.
10032" form with Proposal. To obtain additional information on this program, contact
can be made with Ms. Joni Jones -Harris, Assistant Director, Department of Community
Development, at (305) 693-3120.
DRAFT
20
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
5.0. INSTRUCTIONS FOR SUBMITTING A PROPOSAL
The following information and documents are required to be provided with Proposer's
response to this RFP. Failure to do so may deem your Proposal non -responsive.
5.1. Instructions to Proposers
The purpose of this RFP is to obtain a qualified Proposer(s) to provide delinquent debt
collection services. Therefore, only fully capable, experienced, and qualified Proposers
should submit Proposals in response to this RFP.
Throughout this RFP, the phrases "must" and "shall" will denote mandatory
requirements.
When responding to this RFP, all Proposers shall adhere to the guidelines defined below.
Any and all proposals that do not follow the prescribed format are subject to
disqualification.
5.2. Submission Requirements
PROPOSAL FORMAT
The following documentation should be included as a minimum in the Proposal and
submitted to the City.
Instructions to Proposers: Proposers should carefully follow the format and instructions
outlined below, observing format requirements where indicated. Proposals should contain
the information itemized below and in the order indicated. This information should be
provided for the Proposer and any sub -contractors to be utilized for the work
contemplated by this RFP. Proposals submitted which do not include the following items
may be deemed non -responsive.
Proposers must clearly indicate whether it is submitting a Proposal for Category 1,
Category 2, or both. Information must be provided by Proposers as reflected below on a
per Category basis.
The response to this solicitation should be presented in the following format. Failure to
do so may deem your Proposal non -responsive.
1. Cover Page
The Cover Page should include the Proposer's name; Contact Person for the RFP;
Firm's Liaison for the Contract; Primary Office Location; Local Business Address, if
applicable; Business Phone and Fax Numbers; Title of RFP; RFP Number; Federal
Employer Identification Number or Social Security Number.
21 DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
2. Table of Contents
The table of contents should outline, in sequential order, the major sections of the
proposal as listed below, including all other relevant documents requested for submission.
All pages of the proposal, including the enclosures, should be clearly and consecutively
numbered and correspond to the table of contents.
3. Executive Summary:
A signed and dated summary of not more than two (2) pages containing the
Qualifications and Experience, Ability and Capability to Perform Required Services, and
Overall Approach to the Scope of Work as contained in the submittal. Include the name
of the organization, business phone and contact person. Provide a summary of the work to
be performed by Proposer. Proposer shall provide the completed and signed Notification
of Category Selection Form designating those Category(ies) being proposed.
4. Proposer's Qualifications and Experience
a) Describe the Proposer's organizational history and structure; years
Proposer and/or firm has been in business providing a similar
service(s), and indicate whether the City has previously awarded any
contracts to the Proposer/firm.
b) Provide a list of all principals, owners or directors.
c) Provide a complete list of clients for which Proposer has provided a
similar service as required in this RFP. This list should include those
governmental entities of a similar size and diverse population to the
City for whom services have been performed during the past five (5)
years. Include the overall value of the contract, number and types of
delinquent accounts included in the contract, revenues generated for
each by Proposer, and net rates of collection for each. Include the
address, phone number(s) and contact persons within each
organization. The City reserves the right to contact any reference as
part of the evaluation process. This information must be provided for
each Category proposed.
d) Provide a list of clients that have, for whatever reason, discontinued to
use your services within the past three (3) years, and indicate the
reasons for the same. The City reserves the right to contact any
reference as part of the evaluation process.
e) Provide two (2) Letters of Reference on letterhead from similar entities
to the City for whom similar services have been performed. This
information must be provided for each Category proposed.
f) Should Proposer plan to utilize a subcontractor(s), Proposer must
address each of the above -listed items for subcontracting firms
proposed, as applicable. Any future subcontractors shall be provided to
the City for approval pursuant to Section 1.8 of the RFP. This
information must be provided for each Category proposed.
22 DRAFT
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
5. Proposer's Ability and Capability to Perform Required Services
a) Describe the size of Proposer and indicate the number of personnel of
Proposer and its ability to provide required services to the City.
b) Describe where the primary work will be performed.
c) Provide a complete list of the personnel that will be assigned to handle
the City's accounts. Include a resume of each describing their
experience, training, certifications, and other relevant details.
Personnel should additionally be identified by race/ethnicity, gender,
and language(s) fluently spoken. Include copies of all licenses held by
each individual. This information must be provided for each Category
proposed.
d) Provide detailed background on the Account Representative to be
assigned the City's account throughout the duration of the Contract
period, and whether Proposer agrees to City's terms for approval of
future Account Representative(s) should proposed representative leave
Proposer's firm during the contract period. This information must be
provided for each Category proposed.
e) Copy of the most recently audited (or unaudited if audited not
available) Financial Statement of Proposer.
f) Provide a letter from his/her bank, attesting to Proposer's (financial
resources) capability to proffer credit/security should a Contract be
awarded.
6. Overall Approach to Scope of Work
a.) Discuss in detail Proposer's Overall Approach to the work to be
performed. Describe Proposer's plan and its methodology to be
utilized to collect delinquent accounts on a per type of account basis,
i.e. returned check, overdue alarm fee, etc. This information must be
provided for each Category proposed.
b.) Proposer shall provide proposed percentage rates of return to the City
on a per type of account basis and the reasons for those rates as
proposed to the City. These proposed rates shall include background /
historical collection rates that can be verified to ensure authenticity
and ability to meet those projections. This information must be
provided for each Category proposed.
c.) Provide any suggestions or a plan of approach to enhance the City's
collection efforts.
d.) Provide samples of reports to be utilized in the provision of the
services required in the RFP, including samples of reports required
for auditing purposes.
23
DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
7. Fee Proposal
a) Provide, in detail, its proposed fee(s) on a per Category basis, for the
provision of delinquent account collection services. Refer to detailed
fee requirements cited in Section 2.4 Proposal Fees.
b) Provide its legal costs based on the percentage of the amount of
receivables collected.
8. Minority/Women Participation, if applicable
• For Proposers seeking M/WBE consideration in the evaluation process, Proposers
must be certified by the City of Miami as M/WBE prior to proposal submission date.
Additionally, the following documents must be submitted with Proposal, if
applicable:
• City of Miami M/WBE Certificate/letter evidencing current certification status
• City of Miami Minority/Business Affairs Registration Affidavit
• For Proposers seeking Affirmative Action consideration in the evaluation process,
Proposers must provide the names of key professional staff members by race, gender
and ethnicity.
9. Local Preference, if applicable
• State the Primary Office Location of the Proposer.
• Provide location from which the Consultant will be based to perform the work.
10. Trade Secrets Execution to Public Records Disclosure
All Proposals submitted to the City are subject to public disclosure pursuant to Chapter
119, Florida Statutes. An exception may be made for "trade secrets".
If the Proposal contains information that constitutes a "trade secret", all material that
qualifies for exemption from Chapter 119 must be submitted in a separate envelope,
clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name and the
RFP number marked on the outside.
Please be aware that the designation of an item as a trade secret by you may be
challenged in court by any person. By your designation of material in your proposal as a
"trade secret" you agree to indemnify and hold harmless the City for any award to a
plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by
the City by reason of any legal action challenging your claim.
11. Affidavits / Acknowledgments
• Proposers should complete and submit as part of its Proposal all of the following
forms and/or documents:
• 6.1 RFP Information Form
• 6.2 Insurance Requirements
• 6.3 Proposer Background Information
• 6.4 Minority / Women Business Affairs Registration Affidavit
24 DRAFT
98- 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
• 6.5
Minority Status Information Sheet
• 6.6
Affirmative Action Policy for Equal Employment Opportunity (Sample)
• 6.7
Primary Office Location Affidavit
• 6.8
Debarment and Suspension Certificate
• 6.9
Statement of Compliance with Ordinance No. 10032 (First Source Hiring
Agreement)
• 6.10
Notification of Category Selection Form
• 6.11
Proposer (Vendor) Application, if applicable
• 6.12
Proof of current Miami M/WBE Certification, if applicable
• 6.13
Conflict of Interest, if applicable
• 6.14
Complete Proposal Response, including all requested information.
5.3. Response Format
Nine (9) bound copies of your complete response to this RFP must be delivered to:
Mr. Walter Foeman, City Clerk
City of Miami
Office of the City Clerk
First Floor
3500 Pan American Drive
Miami, Florida 33133
Proposals received at any other location than the aforementioned or after the Proposal
submission date and time shall be deemed non -responsive.
Proposals should be signed by an official authorized to bind the Proposer to the provisions
given in the Proposal. Proposals are to remain valid for at least 180 days. Upon award of a
Contract, the contents of the Proposal of the Successful Proposer may be included as part of
the Contract, at the City's discretion.
Proposers must provide a response to each issue. Proposals should be prepared in a concise
manner with an emphasis on completeness and clarity
5.4 EVALUATION CRITERIA
Proposals shall be evaluated based upon the following criteria on a per Category basis.
CRITERIA PERCENTAGE
Proposer's Qualifications and Experience 15
Proposer's Ability & Capability to Perform Required Services 15
Approach to Scope of Work 25
Fee Proposal 30
Minority / Women Participation, if applicable 5
Local Preference, if applicable 10
100 %
25 DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
ATTACHMENT A
Category 1 and Category 2 account information
(to be provided by the Department of Finance prior to issuance of RFP)
26
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
6.0. RFP Response Forms
CHECK LIST
This checklist is provided to help you conform with all form/document requirements stipulated in
this RFP.
Submitted With
Proposal
6.1 RFP Information Form
This form must be completed, signed, and returned with Proposal. YES
6.2 Insurance Requirements
Acknowledgment of receipt of information on the insurance requirements for this YES
RFP. (Must be signed).
6.3 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 MinorityMomen Business Affairs Registration Affidavit,
if applicable - Must be completed only if one or more of the owners in the business YES
enterprise is at least 5 1 % owned by a Black, Hispanic or Female.
6.5 Minority Status Information Sheet
To be completed, if applicable. YES
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. 1003Z (First Source YES.
Hiring Agreement), completed and signed
6.10 Notification of Category Selection Form, signed and dated, reflecting
Category (ies) being proposed. YES
6.11 Proposer (Vendor) Application,
if applicable - All prospective Proposers must complete a Vendor application for
the commodities/services the Proposer can regularly supply to the City. Should a YES
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.
6.12 Proof of current MMBE Certification by City, if applicable YES
6.13 Conflict of Interest, if applicable YES.
27
DRAFI,_ 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
6.14 Proposal Response
A complete and thorough Proposal for each Category proposed, with requested YES
documentation, addressing as a minimum each and every one of the City's requirements as
denoted in Section 5.2 Submission Requirements.
28
DRAFT
98- 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
6.1. RFP Information Form
Mailing Date: ,1998
RFP No.: 98-99-012
Buyer:
Telephone:
Commodity Code: 946-33
TERM CONTRACT
Pamela Burns
305-416-1905
DELINQUENT DEBT COLLECTION SERVICES
RFP NO.98-99-012
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:
Name of Proposer
Principal Business
Address:
Mailing Address:
Telephone:
Fax:
Name:
Title:
Authorized Signature:
29
DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
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 Proposer or its employees,
agents, or subcontractors (collectively referred to as "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 Proposer
to comply with any of the provisions in the Contract or the failure of the 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. 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 Proposer, or any of its subcontractors, as provided above, for which the
Proposer's liability to such employee or former employee would otherwise be limited to payments under
state Workers' Compensation or similar laws.
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 Proposer's performance under the
Contract, compliance with which is left by the Contract to the Proposer, and (ii) any and all claims, and/or
suits for labor and materials furnished by the Proposer or utilized in the performance of the Contract or
otherwise.
Where not specifically prohibited by law, 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 Proposer shall furnish to City of Miami, c/o Department of Purchasing, 444 SW 2nd Avenue, 6`h 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. Worker's Compensation Insurance for all employees of the 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.
30
DRAT 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
The insurance coverage required shall include those classifications, as listed in standard liability insurance
manuals, which most nearly reflect the operations of the 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 V 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 Proposer of his liability and obligation
under this section or under any other section of this Agreement.
The 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 Proposer.
--If insurance certificates are scheduled to expire during the contractual period, the 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 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:
(Company name)
Date:
Signature:
Print Name:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY
YOUR RESPONSE
31
DRAFT
A • 1 0
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
6.3. Proposer Background Information
INSTRUCTIONS:
This questionnaire is to be included with the 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
Secretary
COMPANY OWNERSHIP:
LICENSES:
1
2
3
4
5
Vice President
Treasurer
County or Municipal Occupational License No.
(attach copy with Response)
Occupational License Classification
Occupational License Expiration Date:
Miami -Dade County Certificate of Competency No.
(attached copy if requested in RFP)
Social Security or Federal I.D. No.
32
% of ownership
% of ownership
% of ownership
% of ownership
uRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
Proposer Background Information form (page 2)
EXPERIENCE:
6.
7.
8.
9.
Number of Years PROPOSER has been in business:
Number of Years experience PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the RFP:
Number of Years experience PROPOSER (firm, corporation, proprietorship) has had in operation
of the type required by the specifications of the RFP:
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
Contact Person:
FIRM NAME/ADDRESS
Contact Person:
DATE OF JOB DESCRIPTION OF JOB
Phone No:
DATE OF JOB DESCRIPTION OF JOB
33
Phone No:
DRAFT
98- 929
0
09/18/98
CITY OF MIAMI, FLORIDA
RFP 98-99-0I2
Proposer Background Information form (page 3)
FIRM NAME/ADDRESS
Contact Person:
FIRM NAME/ADDRESS
Contact Person:
FIRM NAME/ADDRESS
DATE OF JOB DESCRIPTION OF JOB
Phone No:
DATE OF JOB DESCRIPTION OF JOB
Phone No:
DATE OF JOB DESCRIPTION OF JOB
Contact Person: Phone No:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
RESPONSE
34
DRAFT
98- 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
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 3.12 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 of Miami 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 of Miami's Bidder's list with no further consideration given to this applicant;
3) that the City of Miami 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 of Miami 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 of Miami, 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 of Miami 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 of Miami 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.
35
DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
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 of Miami 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:
acknowledged the foregoing instrument as his/her act and deed.
That he/she has produced
NOTARY PUBLIC:
My Commission Expires:
personally appeared before me and
as identification.
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
RESPONSE
36
DRAFT
98- 9-9
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
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
B. SUBCONTRACTORS: Provide information regarding
Minority/Women firms participating
and the extent of participation.
% of Dollar
Firm Name Business Address
Proposal Amount
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
nVrnn�rc,V
„ DRAFT
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
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:
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.
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 MAY DISQUALIFY YOUR
RESPONSE.
38
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
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:
MOW
PRESENT
Street Address:
City:
PREVIOUS
Street Address:
City:
Date Established:
Date of Issuance:
State: How long at this location:
State: How long at this location:
39
DRAFT
98- 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
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 MAY DISQUALIFY YOUR
RESPONSE
40
DRAFT
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
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;
6. False certification pursuant to paragraph (c) below; or
41
98- 929
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
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.
42
98- 929
09/ 18/98 CITY OF MIAMI, FLORIDA RFP 98-99-012
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)
5)
6)
(Use additional sheets if necessary)
PROPOSER NAME:
SIGNATURE/TITLE: DATE:
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY
PROPOSAL.
" DRAFT
9&- 929
e
09/18/98 CITY OFMIAMI, FLORIDA RFP 98-99-012
6.10 NOTIFICATION OF CATEGORY SELECTION
REP No. 98-99-012
DELINQUENT DEBT COLLECTION SERVICES
Proposers are required to indicate below the Category(ies) for which services
are being proposed.
Proposers may submit proposal for one or both Categories as described in
Attachment A.
CATEGORY 1: YES NO
CATEGORY 2: YES NO
NAME OF PROPOSER:
SIGNATURE OF PROPOSER:
DATE:
Failure to complete, sign, and return this form may disqualify Proposal.
44
DRAFT
98- 929
TO: Honorable Mayor and Members
of the City Commission
FROM: (ohl'all"'THWarshaw
City Manager
RECOMMENDATION
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
41
DATE: SEP ' 1998 FILE :
SUBJECT: Resolution Requesting Authorization
to Issue a Request for Proposals for
Delinquent Debt Collection Services
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution
authorizing the City Manager to issue a Request for Proposals (RFP), in substantially the attached
form, for Delinquent Debt Collection Services.
BACKGROUND
The City of Miami currently is in need of a firm or firms to attempt to recover outstanding
receivables owed to the City on various accounts. The retention of a firm(s) to actively bill and
collect these outstanding receivables due the City will insure continued receipts and decrease the
number and types of accounts that are delinquent. It is in the City's best interest to seek outside
assistance to collect this debt.
Schedule A will be completed and submitted with the outgoing RFP. Currently data is being
compiled from all departments of the City to ensure that all collections deemed appropriate will
be forwarded to the selected Collection Agency(s).
DHW/JAW/1 /pb
CoverMemoRFPPDebtCollectionFinance 9 8- 929