Loading...
HomeMy WebLinkAboutR-98-1101J-98-1105 10/29/98 RESOLUTION NO . 9 R `�' ' 1 '" 1 O A RESOLUTION, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO APPROVE THE FINDINGS OF THE EVALUATION COMMITTEE THAT THE MOST QUALIFIED FIRMS, IN RANK ORDER, TO PROVIDE AND ADMINISTER THE PROMOTIONAL EXAMINATION PROCESSES FOR THE CLASSIFICATION OF POLICE LIEUTENANT FOR THE DEPARTMENT OF HUMAN RESOURCES ARE: 1) SHL LANDY JACOBS, INC., AND 2) BARRETT AND ASSOCIATES, INC.; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE AN AGREEMENT, WITH THE TOP RANKED FIRM, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR AN INITIAL TERM OF SIX (6) MONTHS, WITH THE OPTION TO EXTEND FOR THREE (3) ADDITIONAL SIX-MONTH PERIODS, AT A COST NOT TO EXCEED $75,000 DURING THE INITIAL AND EXTENDED TERM OF THE AGREEMENT; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE AN AGREEMENT WITH THE SECOND RANKED FIRM SHOULD NEGOTIATIONS FAIL WITH SHL LANDY JACOBS, INC.; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENT OF POLICE GENERAL OPERATING BUDGET, ACCOUNT CODE NO. 001000.290201.6.270. WHEREAS, Requests for Proposals (RFP) were mailed to thirty-four (34) firms seeking a broad range of responses from test development providers to provide and administer the promotional examination processes for the classification of Police Lieutenant for the Department of Human Resources; and WHEREAS, the Evaluation Committee evaluated the eight (8) proposals received in response to the RFP and recommended the top two (2 ) f irms , in rank order, 1) SHL Landy Jacobs, Inc., and 2 ) Cny COMUsSION MEETING 4F NOV 1 7 1998 Resolution No, Barrett and Associates, Inc., as the most qualified to provide the required professional services; and WHEREAS, the City Manager accepted the findings of the Evaluation Committee that SHL Landy Jacobs, Inc., and Barrett and Associates, Inc., are the most qualified firms to provide and administer the promotional examination processes for the classification of Police Lieutenant for the Department of Human Resources; 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 Section. Section 2. The City Commission hereby accepts the recommendation of the City Manager to approve the findings of the Evaluation Committee that the most qualified firms, in rank order, to provide and administer the promotional examination processes for the classification of Police Lieutenant for the Department of Human Resources are: 1) SHL Landy Jacobs, Inc., and 2) Barrett and Associates, Inc. Section 3. The City Manager is hereby authorizedll to negotiate and execute an agreement, in a form acceptable to the City Attorney, with SHL Landy Jacobs, Inc., for an initial term 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. - 2 - 98-1101 of six (6) months, with the option to extend for three (3) additional six-month periods, at a cost not to exceed $75,000 during the initial and extended term of the agreement, with funds therefor hereby allocated from the Police Department General Operating Budget, Account Code No. 001000.290201.6.270. Section 4. The City Manager is further authorized1l to negotiate and execute an agreement, in a form acceptable to the City Attorney, with the second ranked firm should negotiations fail with SHL Landy Jacobs, Inc. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.Z/ PASSED AND ADOPTED this 17th day of ATTEST: WALTER J. TO November , 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 legislat�c�-­ . , pow becomes effective with the elapse of ten (10) da from the date of Commissic tifln regarding same, without the Mayo�ercis eto. r ,i Waiter . Foe dy Clerk STY CLERK PLEQANIDRO VILARELLO CITY ATTORNEY W3024:CSK:kc AND CORRECTNESS: 2.1 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. - 3 - 98-1101 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: ('00 Donald H. Warshaw City Manager CA-9 DATE: NOV _ 9 1998 FILE : SUBJECT: promotional Examination for Police Lieutenant; REFERENCEsRFP NO. 97-98-103 ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution approving the findings of the Selection Committee as to the most qualified firms, in rank order, to provide promotional examination processes for the classification of Police Lieutenant; authorizing the City Manager to undertake negotiations with the most qualified firm, to execute a contract, in a form acceptable to the City Attorney not to exceed $75,000, and to instruct the Chief Procurement Officer to issue a purchase order for these services. BACKGROUND As a result of the need for a new promotional process within the Miami Police Department for the classification of Police Lieutenant, it is necessary to secure a test developer. Proposals received, pursuant to Request For Proposal (RFP) No. 97-98-103, have been analyzed by a Selection Committee to identify a firm with the ability to develop, administer/implement, score, and prepare a final report on the Police Lieutenant promotional examination. Thirty-four (34) RFPs were mailed with eight (8) responses received. Two firms, SHL Landy Jacobs, Inc., and Barrett and Associates, Inc., ranked one and two, respectively. The Department of Human Resources recommends that the City Commission accept the findings of the Selection Committee and authorize the City Manager to enter into negotiations with SHL Landy Jacobs, Inc., to execute a contract, in a form acceptable to the City Attorney, not to exceed an estimated cost of $75,000, and to instruct the Chief Procurement Officer to issue a purchase order for these services. In the event negotiations with SHL Landy Jacobs, Inc., are not successful, the City Manager would be authorized to enter into negotiations with the next highest rated firm, Barrett and Associates, Inc. Funding is available to cover the cost of these services in the general operating budget of the Department of Police, Account Code No. 001000.290201.6.270. u 98-1101 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Judy S. Carter OCT 20 19% TO : Director DATE: FILE of Purchasing Don d H. W shaw C of of Police SUBJECT : RFP No. 97-98-103 Police Lieutenant Examination REFERENCES: ENCLOSURES: This department has verified with the Department of Management and Budget that funds are available to cover the cost of services in the subject Request for Proposals No. 97-98-103 in an amount not to exceed $75,000 in Account Code No. 001000.290201.6.270. BUDGETARY REVIEW AND APPROVAL: 47 Dipakray Parekh, Director Department of Management and Budget fy'99 13144e+ DHV1tS� RB/dj a c� =Z_ 0 98-1101 vJ�l�n INT6.q.V Tj0 i v J• 4 � o r � w = i.11 i' ; i:', `,':,r,FRS OFFICE �b7. *y," 98 ocr, -S PM 3: 4 'it Florida International University September 29, 1998 Mr. Donald H. Warshaw City Manager, City of Miami, Florida Miami Riverside Center 444 SW 2nd Ave. Miami Forida 33130 Dear Mr. Warshaw, My name is Galen Kroeck and I am writing as the chairman of the selection committee that reviewed eight proposals received in response to RFP 97-98-103 for the purpose of developing and implementing a customized promotion examination process for the classification of Police Lieutenant. The committee, in conjunction with the City of Miami Department of Human Resources, included the following members: Raymond A. Martinez, Miami Police Department Assistant Chief of Administration, Armando A. Guzman, Miami Police Lieutenant and FOP representative, Mary E. Leckband, representing the City of Miami Department of Human Resources, Dr. Scott L. Fraser, industrial psychologist and professor in FIU Department of Psychology, and Dr. Galen Kroeck, industrial psychologist and professor in FIU Department of Management & International Business. The committee met on two occasions in September of 1998 and meetings were observed and recorded by Pamela Bums of the City of Miami Purchasing Department. The committee recommends awarding the contract to SHL-Landy Jacobs and Associates, inc. of State College, Pe msylvania for the said purpose of development; implementation, administration, scoring, preparation of a final report, and providing test consultation for promotion in the Police Lieutenant job classification. The contract proposal defines a timeline in accordance with the test administration goals of the Miami Police Department, at a cost of $67,400. Costs are also partially dependent on travel and hotel variables for which a high -end estimate was rendered. The selection committee concluded that only one other consultant proposal submitted should be considered if negotiations with SHL-Landy Jacobs and Associates, Inc. are not approved. That other proposal was submitted by Barrett & Associates, Inc. of Akron, Ohio for similar services within the stated terms for a total price of $117,374. Department of Management & International Business - College of Business Administration University Park, Miami, Florida 33199 - (305) 348-2791 - FAX (305) 348-6146 . TDD via FRS (8000))) 955-8771 Eq,W Oppua.n y/hlud .A, c Emplu!J V rr ud Inxitw-xt — 1 1 O 1 Mr. Donald H. Warshaw September 29, 1998 Page 2 In summary, after careful review of the proposals by the committee, two consultant proposals were determined to be qualified to provide the services of developing, - implementing, administering, scoring, preparing a final report, and providing test consultation for the job classification of Police Lieutenant. The proposal by SHL-Landy Jacobs and Associates, Inc. was found to be the most responsive, responsible, and cost reasonable proposal --and therefore we recommend this consultant proposal to be forwarded to the City Commission for consideration. Sincerely, _l Dr. K. Galen Kroeck Professor KGK/rc 0 98-1.1[J1 LIST OF SELECTION COMMITTEE MEMBERS CONSULTANT FOR POLICE LIEUTENANT PROMOTIONAL EXAM RFP NO.97-98-103 1. Assistant Chief Raymond A. Martinez Miami Police Department 2. Mary Leckband,1/0 Psychologist , Department of Human Resources 3. Lieutenant Armando Guzman Representing Fraternfil Order of Police (FOP) 4. Dr. K. Gallen Kroeck, Chair I/O Psychologist, Florida International University 5. Dr. Scott L. Fraser 1/0 Psychologist, Florida International University 98-1101 RFP No. 97-98-103 TABULATION BY THE EVALUATION COMMITTEE for CONSULTING SERVICES FOR POLICE LIEUTENANT EXAMINATION PROCESS RATER #1 RATER #2 RATER #3 RATER #4 RATER #5 AVERAGED : OVERALL TOTAL RANKING PROPOSERS SCORES SCORE Dr. John L. Banks INCL. PRICING 3125 N.W., 71st Avenue 1 18 6 5 4 6.8 31.8 Margate, Fla. 33063 Non -Local / Black Barrett and Associates, Inc. Suite Seven 500 West Exchange Street Akron, Ohio 44302 97 94 96 98 100 97 103.4 # 2 Non -local / Non -Minority Booth Research Group, Inc. 41 60 53 61 49 52.8 64.6 12689 Antelope Trail Parker, Colorado 80138 Non -local / Non -Minority Burroughs & Rockhill, Inc. 1757 W. Broadway Street, Ste. 5 72.5 75 71 69 75 72.5 79.7 Oviedo, Fla. 32765 Non -local/ Non -Minority Jeanneret & Associates, Inc. 71 91 79 82 79 80.4 83.6 601 Jefferson, Suite 3900 Houston, Texas 77002 Non-Local/Non-Minority SHL Landy Jacobs, Inc. 101 101 108 106 109 105 116.1 # 300 South Burrowes Street State College, Pa. 16801 Non-local/Non-Minority Semko & Associates 58 75 57 80 62 66.4 72.7 1433 Woodfield Drive Jackson, Mississippi 39211 Non -Local / Female Stanard & Associates, Inc. 309 W. Washington St., Ste. 1000 46 64 53 64 49 55.2 62.3 Chicago, It. 60604 Non -Local / Non -Minority "Note: Maximum number of points under Phase I above was 125 • Max. # of add. points for Price (" was 25 (Overall r total max. 150 pts.) AOQ��VA&A I I o,APPROVED BY: APPROVED BY: Judy Carter Director / Designee Chief 9rocuremlent Officer 'o � 0I DATE: O DATE: 1 H V Prepared by Pamela Bums, 8/22/98 V - T7Cr— CITY OF MIAM1 OFFICE OF THE Ci.. CLERK BID SECURITY LIST BID ITEM: CLASSIFICATION OF POLICE LIEUTENANT `-( BID NO.: RFP-97-98-103 DATE BID(S) OPENED: J U N E 2 9, 1998 TIME 10 : 0 0 A. M. BIDDER • TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK SHL LANDY JACOBS, INC. SIMKO AND ASSOCIATES BARRETT & ASSOCIATES, INC. JEANNERET,.& ASSOCIATES, INC. STANDARD & ASSOCIATES, INC. BOOTH RESEARCH GROUP BURROUGHS & ROCKHILL, INC. JOHN BANKS „Offers from t1lo. ` =�c:$c.s i' - •. __M..._ PI-7�; �� . `Fa, ' • n c r. Other efz:n '--�, `i in ;T -f,� c:-; , �'r .,. , are were y zoie;.t�d as Z received LIP—) envelopes on behalf of Perso eceivinE bid(s) PURCHASING DEPARTMENT om (City Department) (Date) SIGNED: Deputy City Clerk C� CITY OF MIAMI ADVERTISEMENT FOR PROPOSAL Sealed proposals will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: RFP NO.97-98-103 Seek proposals from a qualified consultant to develop and implement, for the classification of Police Lieutenant a customized examination process, for the Department of Human Resources. OPENING DATE: 10:00 A.M. Monday, June 29, 1998 Detailed specifications for this proposal are available upon request at the City of Miami, Purchasing Department, 444 SW 2 Avenue, Sixth Floor, Miami, Florida 33130. Telephone No. (305) 416-1904. Jose Garcia -Pedrosa CITY OF MIAMI City Manager LOGO AD NO. 4490 W y= City of Miami REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement INSTRUCTIONS: Please type and attach a copy of the v rti m nt with this reauisition. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: ❑ Yes ❑ No 5. Prepared by: 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be published: 10. Type of advertisement: ❑ Legal ❑ Classified ❑ Display 11. Remarks: 12. Publication Date(s) of Advertisement Invoice No. Amount c: C- C, r— 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date C IGS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. uw i niou i ium wnne - U.J.A.; canary - uepartmem (11, 71 V Op ,. C uu�i uun Q ADDENDUM NO. 1 VIA FAX AND REGULAR MAIL RFP NO. 97-98-103 JUNE 3, 1998 CONSULTING SERVICES FOR POLICE LIEUTENANT EXAMINATION PROCESS Please be advised the Attachment, Police Lieutenant Job Analysis, was not mailed as an attachment with the RFP. Attached please find enclosed the Job Analysis. THE DUE DATE AND TIMEE FOR PROPOSAL SUBMISSION REMAINS THE SAME. ALL OTHER TERMS AND CONDITIONS FOR THIS RFP REMAIN THE SAME. SINCERELY, S. TER CHIEF THIS ADDENDUM IS TO BE SIGNED AND DATED BY PROPOSER (AS PROOF OF RECEIPT) AND SUBMITTED WITH PROPOSAL. SIGNATURE: DATE: AME OF PROPOSER: DEPARTMENT OF PURCHASING/444 S.W. 2nd Avenue, 6lh Floor/Miami, Florida 331 30/(305) 416-1900/Fax: (305)416-1925 Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 City of Miami, Florida Consulting Services for Police Lieutenant Examir '-)n Process RFP 97-98-103 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 YES requirements for this RFP. (Must be signed). 6.3 Proposer Background Information This form must be completed in its entirety to verify the capability of YES Proposer to perform the services specified in the RFP. 6.4 Minority/Women Business Affairs Registration Affidavit, if applicable - Must be completed and signed only if one or more of YES the owners in the business enterprise is at least 51% owned by a Black, Hispanic or Female. 6.5 Minority Status Information Sheet To be completed, if applicable. 6.6 Affirmative Action Policy for Equal Employment Opportunity 6.7 Primary Office Location Affidavit, if applicable 6.8 Debarment and Suspension Certificate (Must be signed). 6.9 MIWBE Certification, if applicable 6.10 Conflict of Interest, if applicable 6.11 Proposer (Vendor) Application, if applicable - All prospective Proposers should complete a Vendor application for the commodities/services the Proposer can regularly supply to the City. 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. Page 23 YES YES YES YES YES YES YES City of Miami, Florida Consulting Services for Police Lieutenant Examine' t Process PFP 917-98-103 6.12 Occupational License All Responses shall be accompanied by a copy of your current YES license(s), as required. 6.13 Proposal Response YES A complete and thorough Proposal, with all required information formatted as requested and denoted in Section 5.5.1 Submission Requirements. 6.14 Cost / Fee Proposal - to be submitted with Proposal in a sealed YES envelope separate from Proposal containing all costs/fees proposed for this project. Page 24 City of Miami, Florida Consulting Services for Police Lieutenant Examin n Process RFP 97-98-103 6.1. RFP Information Form Mailing Date: May 29, 1998 Buyer: Pamela Burns RFP No.: 97-98-103 Telephone: 305-416-1905 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this proposal. Fees should be firm for a minimum of 90 days. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. Responses must be received by: Monday, June 29 1998 at 10 00 A.M. at the Office of the City Clerk, 3500 Pan American Drive, Miami,Florida 33131-5504 SHORT TERM CONTRACT FOR: CONSULTING SERVICES FOR POLICE LIEUTENANT EXAMINATION PROCESS We have read your Request for Proposal, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or service specified herein. number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. number of calendar days required before commencement of work. Delivery will be made within calendar days after receipt of purchase order. Terms: 2%-10 days Net 30 days Additional discount of % if awarded all items. (include cash discount for prompt payment, if any) Contact Person/Telephone: Warranty and/or guarantee: All exceptions to this Proposal have been documented in the section below. EXCEPTIONS: Page 25 City of Miami, Florida onsulting Services for Police Lieutenant Examina*Process RFP 9-98-103 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 connection 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: Principal Business Address: Mailing Address: Telephone: Fax: Name: Title: Authorized Signature: Page 26 City of Miami, Florida Consulting Services for Police Lieutenant Examin n Process RFP 97-98-103 6.2. Indemnification and Insurance INDEMNIFICATION Consultant 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 Consultant or its employees, agents, or subcontractors (collectively referred to as "Consultant"), 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 Consultant to comply with any of the provisions in the Contract or the failure of the Consultant 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. Consultant 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 Consultant's performance under the Contract, compliance with which is left by the Contract to the Consultant, and (ii) any and all claims, and/or suits for labor and materials furnished by the Consultant or utilized in the performance of the Contract or otherwise. Where not specifically prohibited by law, Consultant 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 Consultant shall furnish to City of Miami, c/o Department of Purchasing, 444 SW 2°d Avenue, 6`' 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: Page 27 City of Miami, Florida Consulting Services for Police Lieutenant Exam in- n Process RFP 917-98-103 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 needs to be named as additional insured. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the Consultant. 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 Consultant of his liability and obligation under this section or under any other section of this Agreement. The Consultant 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 Consultant 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: Page 28 City of Miami, Florida Consulting Services for Police Lieutenant Examir n Process RFP 97-98-103 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 Consultant 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 Page 29 City of Miami, Florida Consulting Services for Police Lieutenant Examin In Process RFP 97-98-103 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 Secretary COMPANY OWNERSHIP: Vice President Treasurer of ownership of ownership % of ownership % of ownership LICENSES: 1. County or Municipal Occupational License No. (attach copy with Response) 2. Occupational License Classification 3. Occupational License Expiration Date: 4. Miami -Dade County Certificate of Competency No. (attached copy if requested in RFP) 5. Social Security or Federal I.D. No. Page 30 City of Miami, Florida Consulting Services for Police Lieutenant Examim z Process RFP 97-98-103 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 Contact Person: FIRM NAME/ADDRESS Contact Person: DATE OF JOB DESCRIPTION OF JOB Phone No: DATE OF JOB DESCRIPTION OF JOB Phone No: Page 31 City of Miami, Florida Consulting Services for Police Lieutenant Exami, In Process RFP 97-98-103 Proposer Background Information form (page 3) 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: FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB Contact Person: Phone No: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAYDISQUALIFY YOUR RESPONSE Page 32 City of Miami, Florida Consulting Services for Police Lieutenant Examir n Process RFP 97-98-103 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 2.25 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. Page 33 City of Miami, Florida Consulting Services for Police Lieutenant Examin- n Process RFP 97-98-103 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: personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced My Commission Expires: as identification. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORMMAYDISQUALIFY YOUR RESPONSE Page 34 City of Miami, Florida Consulting Services for Police Lieutenant Examir In Process RFP 97-98-103 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. l . Indicate Minority/Women classification of Business Enterprise (PROPOSER): [ J 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 I �J �J B. SUBCONSULTANTS: Provide information regarding Minority/Women firms participating and the extent of participation. % of Dollar Firm Name Business Address Proposal Amount L� FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAYDIS UALIFY YOUR RESPONSE Page 35 City of Miami, Florida Consulting Services for Police Lieutenant Examin 7 Process RFP 97-98-103 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. (SIGNATURE/TITLE): FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORMMAYDIS UALIFY YOUR RESPONSE. Page 36 City of Miami, Florida Consulting Services for Police Lieutenant Examir n Process RFP 97-98-103 6.7. Primary Office Location Affidavit riease type or print clearly. l his Affidavit must be completed in full, signed and notarized only if your primary office islocated within the corporate limits of the Citv of Miami. Legal Name of Firm: Entity Type: (check one box only) [] Partnership Corporation Doc. No: Occupational License No: [] Sole Proprietorship [] Corporation Date Established: Date of Issuance: Primary Office Location (Principal establishment of the,bidder/proposer): PRESENT Street Address: City: PREVIOUS Street Address: City: State: State: How long at this location: How long at this location: Page 37 City of Miami, Florida Consulting Services for Police Lieutenant Examine 4 Process RFP 97-98-103 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. FAIL URE TO COMPLETE, SIGN, AND RETURN THIS FORMMAYDISQUALIFY YOUR RESPONSE Page 38 City of Miami, Florida Consulting Services for Police Lieutenant Exami? n Process RFP 97-98-103 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: l . 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 non -responsibility. 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 parry 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 Page 39 City of Miami, Florida Consulting Services for Police Lieutenant Ezamw I Process RFP 917-98-103 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. Page 40