Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-141Temp. Reso, #11024 —August 1, 2006 Page 1 Rev. #1 — August 16, 2006 Rev. #2 — August 17, 2006 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006--LL4A A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AWARDING RFP NO. 06-10R TO AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH PHILIP CENTONZE FOR THE PROVISION OF ORGANIZATIONAL AND MANAGEMENT DEVELOPMENT CONSULTING SERVICES TO THE CITY OF TAMARAC FOR A ONE YEAR PERIOD AT AT COST NOT TO EXCEED $75,000, PROVIDING FOR TWO ADDITIONAL ONE YEAR RENEWALS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Tamarac has determined to utilize the Florida Governor's Sterling Award process in pursuit of it's High Performance Organization initiative; and WHEREAS, a competitive process was undertaken to solicit proposals from qualified consultants to provide Organizational and Management Development Consulting Services relative to the Florida Governor's Sterling Award Process, and WHEREAS, the City of Tamarac published RFP # 06-10R on March 5, 2006, attached hereto as Exhibit A of Exhibit 1 to provide for Organizational and Management Development Consulting Services; and WHEREAS, proposals were submitted by the following for the provision of said services; 1 Temp. Reso, #11024 —August 1, 2006 Page 2 Rev. #1 — August 16, 2006 Rev. #2 — August 17, 2006 1. Active Strategy 2. Brandt Information 3. Innovative MSR 4. Mary Ann Pranke 5. Philip Centonze 6. Promax Consulting 7. Quantum Performance Group; and WHEREAS, the proposal submitted by Innovative MSR was determined non- responsive; and WHEREAS, upon review and consideration of all responsive proposals by the Evaluation Committee consisting of the Assistant City Manager, Management Analyst, Training and Safety Captain and Training Specialist it was determined that Mary Ann Pranke, Philip Centonze and Promax Consulting were the 1st, 2"d and 3rd proposers upon rankings attached hereto as Exhibit "2"; and WHEREAS, the team first negotiated with Mary Ann Pranke discontinuing negotiations when the parties were unable to reach consensus relative to the delivery method and scope of services to be provided; and WHEREAS, the team convened negotiations with the next ranked proposer, Philip Centzone; and 1 Temp. Reso, #11024 —August 1, 2006 Page 3 Rev. #1 — August 16, 2006 Rev. #2 — August 17, 2006 WHEREAS, it is the recommendation of the Assistant City Manager and the Purchasing and Contracts Manager that RFP # 06-10R providing for Organizational and Management Development Consulting Services be awarded to, and an agreement executed with, Philip Centonze effective August 23, 2006; and WHEREAS, the City Commission of the City of Tamarac Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award RFP No. 06- 10R to and authorize the appropriate City Officials to execute an agreement with Philip Centzone to provide for Organizational and Management Development Consulting Services. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION 2: That the appropriate City Officials are hereby authorized to award the Request for Proposal (RFP # 06- 10R) and execute the agreement, attached hereto as Exhibit 1, between the City of Tamarac and Philip Centonze providing for Organizational and Management Development Consulting Services for a one year period at a cost not to exceed $75,000 providing for two additional one year renewals upon agreement by the parties. 1 Temp. Reso, #11024 —August 1, 2006 Page 4 Rev. #1 — August 16, 2006 Rev. #2 — August 17, 2006 SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of 11178 VS+ , 2006. ATTEST: MARION 4SWEN CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. Beth Flansbaum-Talabisco f� Mayor RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM ATKINS-GRAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER 1 AGREEMENT BETWEEN THE CITY OF TAMARAC UU11 PHILIP CENTONZE THIS AGREEMENT is made and entered into this day of 20.Wby and between the City of Tamarac, a municipal co ration with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and Philip Centonze, an Individual, with principal offices located at 1156 NW 1841' Way, Pembroke Pines, Florida 33029 (the "Consultant") to provide for Organizational and Management Development Consulting Services. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Consultant agree as follows: 1) The Contract Documents The contract documents shall consist of this Agreement, Request for Proposal Document No. 06-10R, "Organizational and & Management Development Consulting Services" (Exhibit A, herein), the response dated April 14, 2006 from Philip Centonze (Exhibit B herein), as amended by the August 2, 2006 proposal revision, (Exhibit C, herein) including all conditions therein, (including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within the document), any and all addenda, Proposal executed and submitted by the Consultant, specifications, bond(s), (if applicable), and insurance certificate(s), the City Resolution awarding the project, and all modifications issued after execution of this Agreement. These documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event of a conflict between this document and any other contract documents, this Agreement shall prevail, followed in order of precedence by Exhibit C, Exhibit A, then Exhibit B. 2) The Work 2.1. The Consultant shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Consultant shall furnish all labor, materials, and equipment necessary to provide Organizational and Management Development Consulting Services. 2.1.2 Consultant shall provide the services as shown in the Scope of Services provided as a part of City of Tamarac Request for Proposal 06-10R, "Organizational and Management Development Consulting Services, attached hereto as Exhibit A; as specifically detailed in Consultant's response dated April 14, 2006, attached hereto Exhibit B, as amended by the August 2, 20Q6 Proposal Revision, attached hereto as Exhibit C. 2.1.3 Consultant shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Consultant, its employees, agents or sub -consultants, if any, with respect to the work and services described herein. 3) Insurance 3.1. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as specified in the original bid or proposal document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Consultant will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Consultant shall indemnify and hold the City harmless for any damages resulting from failure of the Consultant to take out and maintain such insurance. Consultant's Liability Insurance policies shall be endorsed to add the City as an additional insured. Consultant shall be responsible for payment of all deductibles and self-insurance retentions on Consultant's Liability Insurance policies. 4) Term This contract is for a period of one year from the execution date of this Agreement, renewable for up to two (2) additional one-year periods upon mutual agreement of the City and the Consultant. 5) Schedule The work to be performed under this Agreement shall be commenced after City execution of this Agreement. The work shall be completed no later than one (1) year from commencement date unless otherwise agreed upon by the City and the Consultant. 6) Contract Sum The Contract Sum for the above work is not to exceed Seventy Five Thousand Dollars and no cents ($75,000). 7) Payments The City shall pay a rate of $150.00 per hour to the Consultant on a monthly basis upon receipt and approval of properly completed invoice by the City. The City shall pay the Consultant for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 8) Indemnification 8.1 GENERAL INDEMNIFICATION: Consultant shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Consultant, any sub -Consultant, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Consultant in the performance of the Work; or c). liens, claims or actions made by the Consultant or any sub - consultant under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Consultant. 8.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 8.3 The Consultant shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 8.4 City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Consultant under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 9) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Consultant shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Consultant will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Consultant shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Consultant further agrees that he/she will ensure that Sub -consultants, if any, will be made aware of and will comply with this nondiscrimination clause. 10) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Consultant is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Consultant shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Consultant's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Consultant, which policies of Consultant shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Consultant's funds provided for herein. The Consultant agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Consultant and the City and the City will not be liable for any obligation incurred by Consultant, including but not limited to unpaid minimum wages and/or overtime premiums. 11) Assignment and Subcontracting Consultant shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 12) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorne at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONSULTANT Philip Centonze 1156 NW 184 Way Pembroke Pines, FL 33029 13) Termination 13.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Consultant shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Consultant abandons this Agreement or causes it to be terminated, Consultant shall indemnify the city against loss pertaining to this termination. 13.2 Default by Consultant: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Consultant neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Consultant of written notice of such neglect or failure. 14) Uncontrollable Forces 14.1 Neither the City nor Consultant shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 14.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Consultant shall provide the City with copies of requisite documentation evidencing that the signatory for Consultant has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Consultant and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Consultant and the City. 18) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. Remainder of Page Intentionally Blank IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONSULTANT, duly authorized to execute same. ATTEST: Marion-Swen on, CIVIC - City Clerk U700MIimru �Z- rr ATTEST: N/A (Corporate Secretary) N/A Type/Print Name of Corporate Secy (CORPORATE SEAL) N/A CITY.PF TAMARAC Beth -Flans aura Talabisco, Mayor Jeffre Manager ....--- .......— L. M ler, City g PHILIP CENTONZE Comp a b 6�� Sigrfature f P esident/Ow r Philip Centonze Type/Print Name of President/Owner /y. OG _ UG SST �0 Date y s CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY OF BROWARD I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared NOT APPLICABLE , of a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this. day of , 2006. Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. �j Exhibit A REQUEST FOR PROPOSAL RFP 06-1OR ORGANIZATIONAL & MANAGEMENT DEVELOPMENT CONSULTING SERVICES Issued on behalf of the City Manager Department City of Tamarac Purchasing Division 7525 NW 881h Avenue Room 108 Tamarac, Florida 33321-2401 (954) 597-3570 Purchasing and Contracts Division Date: City of Tamarac "Committed to REQUEST FOR PROPOSALS RFP 06-1OR ALL QUALIFIED PROPOSERS: RFP NO. 06-10R Sealed Proposals, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 2:00 PM local time, Thursday, March 23, 2006 for: ORGANIZATIONAL & MANAGEMENT CONSULTING SERVICES The City is soliciting proposals on behalf of the Office of the City Manager to obtain the services of a qualified firm to provide Organizational and Management Consulting Services related to the Florida Governor's Sterling Award process. Sealed Proposals must be received and time stamped in the Purchasing Office, either by mail or hand delivery, on or before the date and time referenced above. Any Proposals received after 2:00 p.m. on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Proposer. Official time will be measured by the time stamp in the Purchasing Office. City reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more Proposers, or take any other such actions that may be deemed to be in the best interests of the City. Proposal documents may be obtained from the Purchasing Office or via the Internet at htt ://www.tamarac.or /De t/fiin/ urch/solicitations.htm1. For inquiries, contact the Purchasing Office at (954) 597-3570, J Keith K. Glatz, CPPO Purchasing and Contracts Manager Publish Sun -Sentinel: March 5, 2006 and March 12, 2006 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 0 (954) 597-3570 ■ Fax (954) 597-3565 ■ www.tamorac.org Equal Opportunity Employer City of Tamarac Purchasing & Contracts Dm iora REQUEST FOR PROPOSALS RFP 06-10R ORGANIZATIONAL AND MANAGEMENT DEVELOPMENT CONSULTING SERVICES Definition: A Request for Proposal (RFP) is a method of procurement permitting discussions with responsible offerors and revisions to proposals prior to award of a contract. Proposals will be opened in private. Award will be based on the criteria set forth herein. INTRODUCTION The City is soliciting proposals on behalf of the Tamarac Office of the City Manager to obtain the services of a qualified firm to provide Organizational and Management Development Consulting Services related to the Florida Governor's Sterling Award process. II. INFORMATION For information pertaining to this Request for Proposals (RFP), contact Purchasing at (954) 597-3750 or Project Manager Ms. Bernadette Hughes at (954) 597-3518. Such contact shall be for clarification purposes only. Material changes, if any, to the scope of services or proposal procedures will be transmitted only by written addendum. It is preferred that all questions be submitted in writing, either via fax or email. Fax questions to (954) 597-3570 or email to keithq(cD_tamarac.org. III. SCHEDULE OF EVENTS The schedule of events related to this Request for Proposals shall be as follows: RFP Document issued 3/6/06 Deadline for Written Questions 3/14/06 Deadline for Receipt of Proposals 3/23/06 Evaluation of Proposals 3/23-3/28/06 Presentations by Short-listed Proposers (if applicable) 3/30/06 Final Ranking of Firms 3/31/06 Anticipated Award by Commission 4111/06 All dates are tentative. City reserves the right to change scheduled dates City 01 1 al aarac PurcNISIaag & Contracts Cnrs1 r IV. INSTRUCTIONS TO OFFERORS 8� STANDARD TERMS AND CONDITIONS RFP 06-10R GENERAL TERMS AND CONDITIONS These General Terms and Conditions apply to all offers made to the City of Tamarac by all prospective Proposers, including but not limited to, Requests for Quotes, Requests for Proposal and Requests for Bid. As such the words "bid", "proposal" and "offer" are used interchangeably in reference to all offers submitted by prospective. Proposers. The City of Tamarac reserves the right to reject any or all proposals, to waive any informalities or irregularities in any proposals received, to re -advertise for proposals, to enter into contract negotiations with the selected Proposer or take any other actions that may be deemed to be in the best interest of the City of Tamarac. 2. DEFINED TERMS Terms used in these Instructions to Offerors are defined as follows: 2.1 "Offeror" - one who submits a Proposal in response to a solicitation, as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. 2.2 "Proposer" -- one who submits a Proposal in response to a solicitation. The terms "Offeror" and "Proposer" are used interchangeably and have the same meaning. 2.3 "Successful Offeror" - the qualified, responsible and responsive Offeror to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2.4 "City" - the City of Tamarac, a municipal corporation of the State of Florida. 2.5 "Proposal Documents" - the Request for Proposals, Instructions to Offerors, Offeror's Qualifications Statement, Non -Collusive Affidavit, Certified Resolution, Vendor Drug -Free Workplace, Offeror's Proposal, Proposal Security and Specifications, if any, and the proposed Contract Documents (including all Addenda issued prior to opening of Proposals). 2.6 "Contractor'- the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. 3. SPECIAL CONDITIONS Where, there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Scope of Work outlined in this proposal, the Special Conditions and/or the Scope of Work shall prevail. City cat 'I amarac... .. . ...... ... .......... ..... 0 . . ....... .. ....... . ........... Purchasing & Contracts Dmsion 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. Before submitting a Proposal, each Offeror must visit the site (if applicable to the project) to become familiar with the facilities and equipment that may in any manner affect cost or performance of the work; must consider federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost or performance of the work, must carefully compare the Offeror's observations made during site visits or in review of applicable laws with the Proposal Documents; and must promptly notify the Purchasing and Contracts Manager of all conflicts, errors and discrepancies, if any, in the Proposal Documents. 4.2. The Offeror, by and through the submission of a Proposal, agrees that Offeror shall be held responsible for having examined the facilities and equipment (if applicable); is familiar with the nature and extent of the work and any local conditions that may affect the work, and is familiar with the equipment, materials, parts and labor required to successfully perform the work. 5. OMISSION OF DETAILS I VARIANCES AND EXCEPTIONS 5.1 The apparent silence of the requirements as to any detail, or the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail, and that only material and workmanship of the finest quality is to be used. All interpretations of the specifications shall be made on the basis of this statement. Omission of any essential details from these specifications will not relieve the Proposer of supplying such services or product(s) as specified. 5.2 For the purpose of evaluation, the Offeror must indicate any variance or exceptions to the stated requirements, no matter how slight. Deviations should be explained in detail. Absence of variations and/or corrections will be interpreted to mean that the Offeror meets all the requirements in every respect. 6. INTERPRETATIONS AND ADDENDA If the Offeror is in doubt as to the meaning of any of the Proposal Documents, believes that the General Conditions, Special Conditions and/or Technical Specifications contain errors, contradictions or obvious omissions, or has any questions concerning the information contained in the RFP documents, the Offeror shall submit a written request to the Purchasing Office for interpretation or clarification. Such request must reference RFP name and number, and should be received by the Purchasing Office at least ten (10) calendar days prior to the Proposal opening date. Questions received less than ten (10) calendar days prior to the Proposal opening may not be answered. Interpretations or clarifications in response to such questions will be issued in the form of a written addendum transmitted via either fax or email to all parties recorded by the Purchasing Office as having received the Proposal Documents. The issuance of a written addendum shall be the only official method whereby such an interpretation or clarification will be made. 7.1. Costs and compensation shall be shown in both unit prices and extensions whenever applicable, and expressed in U.S. Dollars. In the event of discrepancies existing between unit prices and extensions or totals, the unit prices shall govern. 7.2. All costs and compensation shall remain firm and fixed for acceptance for 60 calendar days after the day of the Proposal opening. 7.3. The price proposal shall include all franchise fees, royalties, license fees, etc., as well as all costs for transportation or delivery as applicable within the scope of the solicitation. 8. NON -COLLUSIVE AFFIDAVIT Each Offeror shall complete the Non -Collusive Affidavit form and shall submit the form with their Proposal. City considers the failure of the Offeror to submit this document may be cause for rejection of the Proposal. 9. PUBLIC ENTITY CRIMES In accordance_ with Florida Statutes §287.1.33 (2)(a): A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to 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 Florida Statutes §287.017 for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 10. CONFLICT OF INTEREST The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Offerors must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of City or any of its agencies. Further, all Offerors must disclose the name of any officer or employee of City who owns, directly or indirectly, an interest of five percent (5%) or more in the Offeror's firm or any of its branches or affiliate companies. 11. PERFORMANCE BONDS AND INSURANCE Upon award -of a contract, the Successful Offeror, as required within the scope of the solicitation, may be required to submit performance bonds and/or payment bonds. Offeror shall provide certificates of insurance in the manner, form and amount(s) specified. City of i cimarac Purchasing & Contracts Division 12. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS The following is a summary of documents required to be submitted for this proposal. Failure to include a technical proposal, cost proposal, bid surety (if required below), or any other document that, by its omission, may prejudice the rights of other respondents, may result in immediate rejection of your proposal. Other forms or documents which, by their nature do not impact price or the Offeror's cost of doing business should accompany the Proposal; but must be provided within three (3) business days of the City's request to be considered responsive. 12.1 Technical Proposal & Work Plan detailing methodology for accomplishing Minimum Requirements and all Ancillary Services. 12.2 Cost Proposal (See "Proposal Form" herein) including hourly fee schedule for project team members. 12.3 Project schedule which includes a breakdown of estimated hours to be worked by each of your project team members 12.4 Certification Forms 12.5 Certified Resolution Form (or firm's own Corporate Resolution) 12.6 Offeror's Qualifications Statement Form & References 12.7 Vendor Drug Free Workplace Form 12.8 Non -Collusive Affidavit Form 12.9 Proof of applicable insurance. 12.10 Listing of any Sub -consultants or Subcontractors to be utilized. 12.11 The City reserves the right to request the most recently completed audited financial statement, or other approved documentation to verify financial viability. 13. SUBMISSION OF PROPOSALS 13.1 Proposals must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by the Offeror should be initialed. 13.2 All proposals shall be submitted in the English language. 13.3 Proposals must contain a manual signature of a corporate officer or designee with the proven authority to bind the firm in matters of this nature. The address and telephone number for any communications regarding the Proposal must be included. 13.4 Proposals shall contain an acknowledgment of receipt of all addenda. 13.5 Proposals by corporations must be executed in the corporation's legal name by the President or other corporate officer, accompanied by evidence of authority to sign. Evidence of authority shall be provided on the enclosed Certified Resolution form, or by the company's own Corporate Resolution. Crty cat 7amerac Furchising & Cont.mcts 0311vis;ao, 13.6 Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature. 13.7 Proposals shall be submitted to the Purchasing Office on or before the time indicated in the Request for Proposals. Proposals shall be submitted in a sealed envelope (faxed proposals will not be accepted under any circumstances). The envelope should be clearly marked on the exterior with the applicable solicitation name and number. The envelope should state the name and address of the Offeror and should be include all documents as specified in the Request for Proposals. Purchasing and Contracts Division staff is not responsible for the premature opening of a Proposal that is not properly addressed and identified. 13.8 In accordance with Florida Statutes, Chapter §119.07(1)(a) and except as may be provided by other applicable state and federal law, the Request for Proposals and the responses thereto are in the public domain. However, Proposers are requested to specifically identify in the submitted Proposal any financial information considered confidential and/or proprietary which may be considered exempt under Florida Statute §119.07(t). 13.9 All Proposals received from Offerors in response to the Request for Proposals will become the property of City and will not be returned. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of City. 13.10 The Proposer preparing a submittal in response to this RFP shall bear all expenses associated with its preparation. The Proposer shall prepare a submittal with the understanding that no claim for reimbursement shall be submitted to the City for the expense of proposal preparation and/or presentation. 14. MODIFICATION AND WITHDRAWAL OF PROPOSALS 14.1 Proposals may be modified or withdrawn by a duly executed document signed by a corporate officer or other employee with designated signature authority. Evidence of such authority must accompany the request for withdrawal or modification. The request must be delivered to the Purchasing Office at any time prior to the deadline for submitting Proposals. Withdrawal of a Proposal will not prejudice the rights of an Offeror to submit a new Proposal prior to the Proposal opening date and time. No Proposal may be withdrawn or modified after the date of proposal opening has passed. 14.2 If, within twenty-four (24) hours after Proposals are opened, any Offeror files a duly signed, written notice with the Purchasing Office, and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of City, by clear and convincing evidence, that there was a material and substantial mistake in the preparation of its Proposal, or that the mistake is clearly evident on the face of the Proposal, but the intended correct Proposal is not similarly evident, Offeror may withdraw its Proposal and any bid security will be returned. Thereafter, the Offeror will be disqualified from further bidding on the subject Contract. of 1 amerac Farci asing & Contracts Division 15. REJECTION OF PROPOSALS 15.1 To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Offeror, and to disregard all nonconforming, non -responsive, unbalanced or conditional Proposals. Proposals will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 15.2 City reserves the right to reject the Proposal of any Offeror if City believes that it would not be in its best interest of to make an award to that Offeror, whether because the Proposal is not responsive, the Offeror is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of the solicitation. 16. QUALIFICATIONS OF PROPOSERS 16.1 Each Offeror shall complete the Offeror's Qualifications Statement and submit the form with the Proposal. Failure to submit the Offeror's Qualifications Statement and the documents required thereunder may constitute grounds for rejection of the Proposal. 16.2 As a part of the evaluation process, the City may conduct a background investigation including a criminal record check of Proposer's officers and/or employees, by the Broward County Sheriffs Office. Proposer's submission of a proposal constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Proposer's qualifications. 16.3 No proposal shall be accepted from, nor will any contract be awarded to, any person who is in arrears to City for any debt or contract, who is a defaulter, as surety or otherwise, of any obligation to City, or who is deemed irresponsible for unreliable by City. City will be the sole judge of said determination. 16.4 City reserves the right to make a pre -award inspection of the Offeror's facilities and equipment prior to award of Contract. 16.5 Employees of the Proposer shall at all times be under its sole direction and not an employee or agent of the City. The Proposer shall supply competent and physically capable employees. The City may require the Proposer to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 17. INSURANCE 17.1 Offeror agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Offeror, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. City y Of I amarac tc- Purchasrrg & Contracts Dwision 17.2 Offeror shall obtain at Offeror's expense all necessary insurance in such form and amount as required by this proposal or by the City's Risk Manager before beginning work under this Agreement. Offeror shall maintain such insurance in full force and effect during the life of this Agreement. Offeror shall provide to the City's Risk Manager current certificates of all insurance required under this section prior to beginning any work under this Agreement. 17.3 Offeror shall indemnify and save the City harmless from any damage resulting to it for failure of either Offeror or any Sub -Offeror to obtain or maintain such insurance. 17.4 The following are required types and minimum limits of insurance coverage, which the Offeror agrees to maintain during the term of this contract: Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability 17.5 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. 17.6 Neither Offeror nor any Sub -Offeror shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Offeror will ensure that all Sub -Offerors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. 17.7 All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and shall be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. 17.8 The Offeror's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Offeror's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. 17.9 The Offeror shall be responsible for the payment of all deductibles and self- ......... 1 CJ City of I amarac t Purchasing & Contracts Division insured retentions. The City may require that the Offeror purchase a bond to cover the full amount of the deductible or self -insured retention. 17.10 If the Offeror is to provide professional services under this Agreement, the Offeror must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 'per occurrence and in the aggregate. "Claims -Made" forms are acceptable only for Professional Liability. 17.11 The Successful Offeror agrees to perform the work under the Contract as an independent contractor, and not as a subcontractor, agent or employee of City. 18. INDEMNIFICATION 18.1 GENERAL INDEMNIFICATION: Contractor shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Contractor, any sub - Contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Consultant in the performance of the Work; or c). liens, claims or actions made by the Contractor or any sub -contractor under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Contractor. 18.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 18.3 The Contractor shall pay all claims, losses, liens, settlements orjudgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 18.4 City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor underthe indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. ........ ................ ... .... ........ ........ ......... ......... City 0", 1'E1Y'7c71"F.tc 1',l10'r - 1. 1 - - I—- 1-1-1.1-11urchasing & Contracts Division 18.5 The Successful Offeror shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Successful Offeror under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 19. DELIVERIES Any item requiring delivery by the Offeror of by sub -contractors shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. If delivery of an item is required, the City reserves the right to cancel the delivery order(s) or any part thereof, without obligation if delivery is not made at the time specified in the proposal 20. WARRANTIES 20.1 Successful Offeror warrants to City that the consummation of the work provided for in the Contract documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or agreement to which Successful Offeror is a party. 20.2 Successful Offeror warrants to City that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 20.3 Successful Offeror warrants to City that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 20.4 All warranties made by Successful Offeror together with service warranties and guarantees shall run to City and the successors and assigns of City. All materials and products supplied by the Offeror in conjunction with this proposal shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successfut Offeror shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 12 ....... ....... .,.. _.. .... 7 ....... 17GPi City o Tirnarac ! urch�sin .& C pntr�cts r 22. COPYRIGHTS OR PATENT RIGHTS The Offeror warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 23. SAFETY STANDARDS The Proposer warrants that any product(s) supplied to the City shall conform with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards, if applicable. 24. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not -complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 25. NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national original, or disability. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 26 TAXES Successful Offeror shall pay all applicable sales, consumer use and other similar taxes required by law. 27. PERMITS, FEES AND NOTICES Successful Offeror shall secure and pay for all permits and fees, licenses and charges necessary for the proper execution and completion of the work, if applicable. The costs of all permits, fees, licenses and charges shall be included in the Price Proposal except where expressly noted in the specifications. 28. PERFORMANCE Failure on the part of the Offeror to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the proposal award. The City may, by written notice to the Proposal, terminate the contract for failure to City n. t I arlarac F Purchasing & Contracts Dlvisior, perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 29. TERMINATION FOR CAUSE AND DEFAULT 29.1 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 29.2 Failure on the part of the Offeror to comply with the conditions, terms, specifications and requirements of the RFP shall be just cause for the cancellation of the RFP award. The City may, by written notice to the Offeror, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of non-performance. 30. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7).calendar days written notice delivered by certified mail, return receipt requested, to Successful Offeror, City may without cause and without prejudice to any other right or remedy, terminate the agreement for City's convenience whenever City determines that such termination is in the best interests of City. Where the agreement is terminated for the convenience of City, the notice of termination to Successful Offeror must state that the Contract is being terminated for the convenience of City under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, Successful Offeror shall promptly discontinue all work and, to the extent indicated on the notice of termination, shall terminate all outstanding subcontracts and purchase orders as they relate to the terminated portion of the Contract, shall refrain from placing further orders and/or contracting with subcontractors, and shall complete any continued portions of the work. 31. FUNDING OUT This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 32. AUDIT RIGHTS City reserves the right to audit the records of Successful Offeror, relating to this contract, at any time during the term of the Contract, and for a period of three (3) years after completion of contract. If required by City, Successful Offeror shall agree to submit to an audit by an independent Certified Public Accountant selected by City. Successful Offeror shall allow City to examine and review the records of Successful Offeror at any and all times during normal business hours during the term of the Contract. K �WE.Y+�CtI21Ll=1:II 33.1 Successful Offeror shall not assign, transfer or subject the Contract or its rights, title, interests or obligations therein without City's prior written approval. ........ ........................ ... ... 14 City of I anaarac Purchasing & Contracts Llivis ion 33.2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Offeror and City may, at its discretion, cancel the Contract. All rights, title, interest and obligations of Successful Offeror shall thereupon cease and terminate. 34. EMPLOYEES Employees of the successful Contractor shall at all times be under its sole direction and not an employee or agent of the City. The Contractor shall supply competent and physically capable employees. The City may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 35. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 36. GOVERNING LAW: The laws of the State of Florida shall govern this Agreement. Venue shall be Broward County, Florida. a � City gal I amarar.. � � f'archasrrq & C'ontmcts C i✓i irm V. STATEMENT OF WORK 1. PURPOSE The City of Tamarac is soliciting proposals from qualified firms with experience in the Florida Governor's Sterling Award process to conduct Organizational and Management Development Consulting Services for the City. The City is seeking a contract for the term of a one-year period, with two (2) additional 1-year renewal terms based upon satisfactory performance and mutual agreement of both parties. The purpose of these Consulting services is to maximize Tamarac's current High Performance initiative, and to assist the City in meeting the Florida Governor's Sterling Award requirements. Specifically, the Consultant will mentor and facilitate the efforts of staff as they analyze City programs and processes with regard to Sterling Criteria. It is integral the Consultant work closely with staff, specifically Tamarac's seven Criteria Teams, to build organizational consensus, buy -in, and ownership of this process. In addition, the Consultant will need to be multi -disciplined with experience in assisting local governments in organizational and management development. Experience will include an understanding of strategic planning, performance measurement, benchmarking, and process improvement. Consultant must be proficient in Florida Governor's Sterling Award criteria. Incorporated in 1963, the City of Tamarac is a bustling full -service municipality with one of the most progressive local governments in the state of Florida. As such, the City of Tamarac has committed itself to becoming a High Performance Organization (HPO) with a focus on customer service, innovative vision and leadership, financial stability, and empowered employees. To achieve this high level of performance excellence, the City of Tamarac is utilizing the Florida Governor's Sterling Award framework. The City is currently in the process of conducting an internal organizational assessment to determine Tamarac's next steps toward becoming a High Performance Organization. Since the City Commission unanimously approved Tamarac's commitment to both HPO and Sterling at its Commission Retreat in 2004, Tamarac has: a) Provided HPO training to its Executive Team and essential staff b) Taken the Sterling Navigator employee survey c) Completed a site -visit by Sterling Examiners d) Provided training for two staff members to become Sterling Examiners e) Appointed a cross -departmental team, the Sterling Committee, to facilitate the City's HPO and Sterling journey o The Sterling Committee has: educated all City employees on HPO and Sterling principles, facilitated the Sterling Navigator employee survey, disseminated Navigator and site visit results, and developed a plan of action to address the strengths and opportunities for improvement referenced in the Navigator and Examiner Report. 16 City of 1 amarac. � Purchasing & Gontrdcts t. wisron f) Appointed seven Criteria Teams made up of Sterling Committee and Executive Team members, as well as yet to be determined employee volunteers from a recently compiled "pool of volunteers" o The Criteria Teams are currently being provided Sterling Criteria Training and will lead the City's efforts to address the requirements of the Sterling process. As part of its High Performance initiative, the City also recently completed its first comprehensive resident and business survey. *el j-*=IATI103*3 A. GENERAL REQUIREMENTS The professional consulting services the City of Tamarac is looking for will consist primarily of assisting the City's Sterling Committee and Criteria Teams with the evaluation of current City programs and services, and working with staff to provide and implement recommendations for organizational development. Specific areas addressed will be leadership, strategic planning, customer service, information management, human resources, process improvement, and organizational results. Consultant services will focus on providing staff, specifically Criteria Team members, with appropriate skills, knowledge, abilities, and competencies to meet the Sterling Criteria requirements. In addition, Consultant services should be inclusive of the City's organizational Mission and Values, yet flexible enough to meet the City's changing needs over time. B. MINIMUM REQUIREMENTS The following sets forth the City's minimum requirements for the Consultant services: a) Work with staff, specifically the seven Criteria Teams, to assess the City's eligibility of meeting the Sterling Criteria, utilizing the Sterling Navigator and Examiner feedback reports. We anticipate weekly meetings with all Criteria Teams initially. b) Work with staff, specifically the seven Criteria Teams, to develop findings and recommendations based upon the City's ability to meet Sterling Criteria requirements c) Work with staff, specifically the seven Criteria Teams, to implement said recommendations, enabling the City to meet Sterling Criteria requirements Conducting these services will involve, at a minimum, working with staff to: o Facilitate Criteria Team meetings o Evaluate current and prospective programs and services o Propose recommendations and alternatives to staff o Assist staff in developing and implementing recommendations o Design/develop training courses and provide course delivery City of i ar,7arac t Purchasing & Contracts Division The Consultant will work closely with staff throughout the entirety of this process to continue to foster the organizational culture of High Performance the City has worked to build over the past year. It is expected that as a result of the services of the Consultant, the City may need to provide training in areas such as performance measurement, strategic planning, process mapping, etc. The Consultant must be capable of providing these and other Ancillary Services such as those listed in Section 3.0 C. Please provide additional pricing for these services in addition to your proposal in the areas provided on the Proposal Form herein. C. ANCILLARY SERVICES Consultant services may involve working closely with Tamarac's seven Criteria Teams to: a) Design short-term (1 year) and long-term (3-5 year) Organizational Development Plans. b) Develop/facilitate the City's Strategic Planning Process, including designing department Business Plans. c) Evaluate and further develop the City's Customer Satisfaction measurement process. d) Evaluate and modify the City's current Performance Measurement System. This may include developing a Balanced Scorecard or similar approach, and implementing Performance Management Software. e) Determine and map the City's key and support processes. f) Train trainers and/or develop training to continue this organizational development effort in the future g) Establish a Benchmarking System. FRIK941T&I-0►i T klL•34&-1•3:1*111114 The successful proposer will provide a recommended project schedule over the period of one (1) year. The City reserves the right to renew the Agreement for up to two (2) additional one year periods, utilizing the same terms and conditions as the original Agreement. The City may negotiate additional work based on the costs for the minimum requirements and ancillary services specified herein. �r�77.7 �:7T� � �7 �-'Z•lil:Z•3-�3 The Consultant will utilize the following resources in this organizational and management development initiative: High Performance Principles — The City of Tamarac has made the commitment to become a High Performance Organization (HPO). Staff has been educated in HPO principles through the Weldon Cooper Center for Public Service at the University of Virginia. Based upon this training, the City is committed to HPO principles including, but not limited to: City Of I amarac o Customer service o Innovative leadership o Visioning o Financial stability o Empowered employees. Purchasing & Gonit'acts Division The Consultant will be familiar with the principles of High Performance. 2. Florida Governor's Sterling Award Criteria - This workforce development will be linked to the Florida Governor's Sterling Award Criteria for Organizational Performance Excellence, and will utilize the City's Navigator and Examiner Site Visit results. Per the 2006 Sterling Criteria for Organizational Performance Excellence book, the chosen Consultant must be proficient in the current Sterling Criteria. The Consultant will also be proficient in the levels of Sterling award, and the application and examination process. 3. Tamarac Mission and Values - In addition to following the Florida Governor's Sterling Award criteria, development and training activities must be inclusive of Tamarac's Mission and Values. The City's Mission and Values are: We are "Committed to Excellence... Always." It is our job to foster and create and environment that: • Responds to the customer ■ Works as a team • Creates and innovates • Achieves results ■ Makes a difference As stewards of the public trust, we value: ■ Vision ■ Integrity • Efficiency ■ Quality Service 19 City Lit 'l ��tmarac � ParchasIng & C;ortrocts Division VI. PROPOSAL SELECTION The City Manager will appoint an Evaluation and Selection Committee to review Proposals. The City reserves the right to select the Proposer who represents the best value, and to accept or reject any proposal submitted in response to this solicitation. The City's Evaluation and Selection Committee will act in what they consider to be the best interest of the City and its residents. Price shall not be the sole determining factor for selection, as indicated in the following section VII. EVALUATION OF PROPOSALS A. EVALUATION METHOD AND CRITERIA A Selection/Negotiation Committee has been appointed by the City Manager and will be responsible for selecting the most qualified firm and then negotiating a contract. The Proposers with the highest -ranked submittals may be asked to make a detailed presentation of their product/service to the Evaluation and Selection Committee. All Proposers are advised that in the event of receipt of an adequate number of Proposals which in the opinion of the Evaluation Committee require no clarification and/or supplementary information, such Proposals may be evaluated without discussion. Hence, proposals should be initially submitted on the most complete and favorable terms which Proposers are capable of offering to the City. After presentations, firms will be assigned a final score, with the highest -ranked firm moving forward to the negotiation phase. Upon successful negotiation, a recommendation for award will be considered by the City Commission. No work on this project shall proceed without written authorization from the City of Tamarac. The City reserves the right to enter into contract negotiations with the selected Proposer. If the City and the selected Proposer cannot negotiate a successful contract, the City may terminate such negotiations and begin negotiations with the next selected Proposer. No Proposer shall have any rights against the City arising from such negotiations. The City's evaluation criteria may include, but shall not be limited to, the following: Compliance_ with Reguest or Proposals ., sals [Mandatory]. This refers to the adherence to all conditions and requirements of the Request for Proposals. 2. Quality of Response and Services Provided. This refers to the exact type and nature of the offeror's proposed services and how they accomplish the objectives of the project, as well as the ability to rapidly respond to the City's needs, as defined in the Evaluation Criteria set forth, including but not limited to: i. Clearly demonstrated understanding of the work to be performed. 20 City ct. 1 amarac .. ......... VZ ------- I - - - - ---------- - --------------- ....... .....PUI-C using & Contracts DiViSion ii. Completeness and reasonableness of the offeror's plan/proposal for accomplishing the tasks. iii. Level of creativity demonstrated by the offeror's proposed methodologies for meeting the requirements of this proposal. iv. Clearly demonstrated plan outlining why this approach would be the most effective and beneficial to the City. 3. Schedule. This refers to the offeror's proposed delivery schedule. The schedule shall be a critical element of this contract. 4. Qualifications of the Contractor. Offeror's capability in all respects to perform fully the contract requirements, and the tenacity, perseverance, experience, integrity, and reliability which will assure good faith performance, as well as satisfactory reference verification. This criteria includes: i. The experience of the firm and its record on engagements of a similar nature, including the ability to serve in a similar capacity for other units of government or organizations. ii. Personnel to be assigned to the project, and their education, capabilities, qualifications and experience with similar projects iii. Reference information gathered from other entities regarding the past experience of the firm; and iv, Other areas addressed in the Statement of Work herein. 5. Costs (Price). This refers to the proposed contract fee and reimbursement expense budget. (Please note that price is only one factor for consideration of award). i. The, offeror shall propose a not -to -exceed amount for complete execution of this project as detailed in the Specifications or Statement of Work herein. ii. If proposing costs which may include alternate programs or services not covered in the base bid pricing, the offeror, when offering such alternative services must provide a detailed explanation of additional optional services to be offered. ......... ........ -. ........ ........ ......... City of Tamarac " B. ACCEPTABLITY OF PROPOSALS C. A Q Flurch asing & Contracts Div1.isrc�r; The Offer shall be evaluated solely in accordance with the criteria set forth herein. The proposals shall be categorized as follows: 1. Acceptable ; 2. Potentially Acceptable; that is reasonably susceptible of being made acceptable; or 3. Unacceptable. /_\7%1N•I.1MT-.TCIN4:4J,14k,i7 Award shall be made by the City to the responsible offeror whose proposal is determined to be the most advantageous to the City, taking into consideration price and the evaluation criteria set forth herein below. The City of Tamarac reserves the right to accept the Proposal as a whole, or for any component thereof if it appears to be in the best interest of the City. WEIGHTED CRITERIA Points will be assigned to each proposal based on the following weighted criteria: CRITERIA MAXIMUM POINTS 1. Compliance with Request for Proposal (Mandatory) N/A 2. Quality of Response/Services to be Provided 35 points 3. Qualifications of the Proposer/Expertise 25 points 4. Costs/(Price) 25 points 5. Schedule 15 points These weighted criteria are provided to assist Proposers in the allocation of their time and efforts during the proposal preparation process. The criteria also guide the Evaluation Committee during the short -listing and final ranking of proposers by establishing a general framework for those deliberations. Once the Proposals are evaluated, a "short-list" may be selected to make presentations to the Evaluation and Selection Committee, prior to a recommendation for award. DISCUSSIONS & PRESENTATIONS The short-listed Proposers may be requested to make presentations to the Committee. The City may require additional information after evaluation of the submittals, and Proposers agree to furnish such information upon the City's request. All Proposers are advised that in the event of receipt of an adequate number of proposals, which in the opinion of the Evaluation Committee require no clarification and/or supplementary information, such proposals may be evaluated without discussion or need for presentations. Hence, proposals should be initially submitted on the most complete and favorable terms which offerors are capable of offering to the City. 22 GitY offE7m.a.i. c i+ frurchasing & Contracts Division The Evaluation Committee may conduct discussions with any Proposer who submits an acceptable or potentially acceptable proposal. Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals. The, Evaluation Committee reserves the right to request the Proposer to provide additional information during this process. F. RIGHT TO REJECT PROPOSALS To the extent permitted by applicable state and federal laws and regulations, City reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work, and to disregard all nonconforming, non- responsive, unbalanced or conditional Proposals. Proposals will be considered irregular and may be rejected if they show serious omissions alterations in form, additions not called for, conditions, unauthorized alterations, or irregularities of any kind. City reserves the right to reject any Proposal if City believes that it would not be in its best interest to make an award to a particular Proposer, either because the Proposal is not responsive, the Proposer is unqualified, of doubtful financial ability, or fails to meet any other pertinent criteria established by City within the scope of this solicitation. Vill. PROPOSAL COPIES Return One (1) Original and six (6) copies in an envelope marked with your firm's name and "RFP 06-1 OR, Organizational and Mang ement Consulting Services to the City of Tamarac, Purchasing & Contracts Division, 7525 NW 88" Avenue, Tamarac, Florida 33321, attention: Keith K. Glatz, CPPO, Purchasing & Contracts Manager. Any addenda become part of this Request of Proposal and the resulting agreement. The Proposal Form included herein should be signed by an authorized company representative, dated and returned with the Proposal. No negotiations, decisions or actions shall be initiated or executed by the Proposer as a result of any discussions with any City employee. Only those communications that are issued in writing from the Purchasing & Contracts Division may be considered as a duly authorized expression. Also, only communications from Proposers that are signed in and in writing will be recognized by the City as duly authorized expressions on behalf of the Proposer. Separate Sealed Envelope: The Cost/Price proposal shall be submitted in a separate, sealed envelope along with the Technical Proposal. Failure to include a complete Technical and Cost/Price Proposal may result in disqualification of the Proposal. CONTACT WITH PERSONNEL OF THE CITY OF TAMARAC OTHER THAN THE PURCHASING AND CONTRACTS MANAGER OR DESIGNATED REPRESENTATIVE REGARDING THEIR REQUEST FOR PROPOSALS MAY BE GROUNDS FOR ELIMINATION FROM THE SELECTION PROCESS. 23 City at I amir is Purchasing & C:ontrvcts Division PROPOSALFORM RFP 06-1OR ORGANIZATIONAL AND MANAGEMENT DEVELOPMENT CONSULTING SERVICES PROPOSAL PRICE (Submit this Page in Separate Sealed Envelope) 1. Minimum Requirements (See Section 3.0, Scope of Services, Para. B) Not to Exceed Cost of $ Expenses: $ 2. Ancillary Services: Please provide not -to -exceed pricing: a) Design short-term (1 year) and long-term (3-5 year) Organizational Development Plans. b) Develop/facilitate the City's Strategic Planning Process, including designing department Business Plans. c) Evaluate and further develop the City's Customer Satisfaction measurement process. d) Evaluate and modify the City's current Performance Measurement System. This may include developing a Balanced Scorecard or similar approach, and implementing Performance Management Software. e) Determine and map the City's key and support processes. f) Train trainers and/or develop training to continue this organizational development effort in the future g) Establish a Benchmarking System. Total Ancillary Services $ GRAND TOTAL ALL ITEMS: $ 24 City Lit 7amaf,ac � Purchasing & Contracts Division Technical Proposal Form SUBMITTED BY: Company Name: Address: City: Telephone: FAX: Email: State: Zip: Indicate Number of Hours Recommended for Minimum Requirements: Hours Indicate Number of Hours Recommended for Ancillary Services: Hours NOTE: To be considered eligible for award, one (1) original copy of this proposal form must be submitted with the Proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reason(s) why a Proposal is not being submitted at this time. 25 City of Tamarac T Purchasing & Contracts Drosion COMPANY NAME: (Please Print): Phone: Fax: BEFORE SUBMITTING YOUR PROPOSAL, MAKE SURE YOU... ❑ 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. ❑ 2. Provide a Technical Proposal and Work Plan for Minimum Req. & Ancillary Services.. ❑ 3 Include a Cost Proposal including schedule of hourly fees for project team members (See Proposal Form). (Use a Separate Sealed Envelopel) ❑ 4 Include your Project Schedule which includes a breakdown of estimated hours to be worked by each of your project team members ❑ 5. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ❑ 6. Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. ❑ 7. Fill out the Offeror's Qualification Statement and Reference Form. ❑ 8 Sign the Vendor Drug Free Workplace Form. ❑ 9 Fill out the List of Sub -consultants or Subcontractors, if applicable. ❑ 10 Fill out and sign the Certified Resolution. ❑ 11 Include all necessary Financial Statements requested. ❑ 12 Include proof of insurance. ❑ 13 Provide any additional documentation requested within the Proposal Document. ❑ 14 Submit ONE (1) Original AND the number of copies requested in the Proposal Instructions. Clearly mark the sealed container with the PROPOSAL NUMBER AND PROPOSAL NAME on the outside of the package. Make sure your Proposal is submitted PRIOR to the deadline. Late Proposals will not be accepted. Failure to provide the requested attachments may result in your proposal being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL. 26 City of i amarac Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name 27 & Contracts Divisioi7 City Of I amarac Purchasing & Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE PROPOSAL We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Scope of Work, Additional Requirements, Supplemental Attachments, Instructions to Proposers, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Proposals. Indicate which type of organization below: INDIVIDUAL ❑ If "Other", Explain: Authorized Signature Typed/Printed Name Telephone Fax PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑ Email address for above signer (if any) WA Company Name Address City, State, ZIP Federal Tax ID Number City oP l cmlarac Purchasing & Contracts Division CERTIFIED RESOLUTION I, (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this day of , 20_ (SEAL) By: Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 29 { it; tS ictt"jcit"iC �{ c Fvr(f hcosmg & Contracts (i vision OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88t" Avenue Tamarac, Florida 33321 Telephone No Fax No. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: The address of the principal place of business is: 1. If Offeror is a corporation, answer the following: a) Date of Incorporation:�m M b) State of Incorporation:_ rvy w c) President's name:_ d) Vice President's name:_ e) Secretary's name: ...__........_.._. __. _._.._. f) Treasurer's name: _._....___._.____ ,.._. ..... g) Name and address of Resident Agent:,,,,,_ 30 G° (�tR7=#P"c?C �{ Caurchasing & Contracts DiviW ion �If ......... ......... ......... i' 2. If Offeror is an individual or a partnership, answer the following: h) Date of organization: i) Name, address and ownership units of all partners: j) State whether general or limited partnership:____ 3. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 4. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 5. How many years has your organization been in business under its present business name? a) Under what other former names has your organization operated? 6. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 7. Have you personally inspected the site of the proposed work? ❑ YES ❑ NO 8. Do you have a complete set of documents, including drawings and addenda? [—]YES ❑ NO 9. Did you attend the Pre -Proposal Conference if any such conference was held? []YES ❑ NO 31 �! f.... ....W. _ r 9.... ......... Purchasing & Contracts Drys ion City n, 1 Grrrrar'r $ fi 10. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 11. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Teleohone 12. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 13. State the name of the individual who will have personal supervision of the work: 14. State the name and address of attorney, if any, for the business of the Offeror: 15. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: 16. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: 32 1Ey cat 7 .. ._...... ......_........ 17. State the name of Surety Company which will be providing the bond, and name and address of agent: 18. Bank References: Bank Address Telephone 19. Attach a financial statement including Proposer's latest balance sheet and income. statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). 20. State the name of the firm preparing the financial statement and date thereof: 21. Is this financial statement for the identical organization named on page one? ❑ YES ❑ NO 22. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). . ........ 33 u � p y ita I4�Yiir".PC.iC Purchasing & Contracts, Division The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. Signature ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of County of On this the day of , 20—, before me, the undersigned Notary Public of the State of Florida, personally appeared on (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: 34 NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Exhibit B City of Tamara .. COMPANY NAME: (Pit..:ase Print): RII0'C[\jTc)N7Z_C Phone: Fax: 6 7 4�/—�� 6 7 BEFORE, SUBMITTING YOUR PROPOSAL, MAKE SURE YOU... X 1. Carefully rE.ad the General Terms & Conditions, Special Conditions and the General RE:Ci, irements. 2. Provide a Technical Proposal and Work Plan for Minimum Req. S Ancillary Services.- N3 Include a cost Proposal including schedule of hourly fees for project team members a Proposal Form). (Use a Separate Sealed Envelopel) 94 Include YOU i..roject Schedule which includes a breakdown of estimated hours to be worked each of your project team members 5. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ® 6. Sign the Certification page. Failure to do so will result in your Bid being deemed n 7�,i-responsive. V 7. Fill out the C-fferor's Qualification Statement and Reference Form. 8 Sign the Vo. y -lor Drug Free Workplace Form. tvloq ❑ 9 Fill out the iL 5t of Sub -consultants or Subcontractors, if applicable. �/ J A ❑ 10 Fill out anc: < ign the Certified Resolution. n%IA i fJ CAC �'" Cc�2P�7 l N/A ❑ 11 Include all necessary Financial Statements requested. "/ /+ � N Pn.occ� ❑ 12 include proof of insurance. pi PAO CAS , _0 fie. P�cW�a QC�,"� s*a��t�'� ��� 13 Provide any additional documentation requested within the Proposal Document. 14 Submit ONE (1) Original AND the number of copies requested in the Proposal Instructio= ;:-., Clearly mark the sealed container with the PROPOSAL NUMBER "-D PROPOSAL NAME on the outside of the package. Make &L,.:. your Proposal is submitted PRIOR to the deadline. Late Proposals will not be accepted. Failure to prc ,,-;e the requested attachments may result in your proposal being deemed non -responsive. THIS' ­4'10ULa BE THE FIRST PAGE OF YOUR PROPOSAL. 26 City of Tamarac rr Technical Proposal Form SUBMITTED BY: Company Name: ___ _ �M I L I �E ►J i U /�Z L� Address: / '. G N W )% 9 W fly f � � � � City: PE M � fw )�-�_. _ _ 4_ j'o C'S State: Zip: Telephone: qS y- t' y- AgarAX: �61 766 7 Email:_J� .`:_.L�P-�0-0I'c- Number of -tours Recommended for Minimum Requirements: 77U Hours Indicate Number of Hours Recommended for Ancillary Services: %fSaHours NOTE: To be considered eligible for award, one (1) original copy of this proposal form must be submitted with the Proposal. NO BID INDICATION (IF "NO BID" IS OFFERED): Please indicate reap .on(s) why a Proposal is not being submitted at this time. 25 Technical Proposal Scol2e Of Services: Provide assistance to the City of Tamarac to evaluate its organization and progress against the Florida Sterling Criteria for Organizational Performance Excellence, and facilitating staff members' efforts, develop and implement change recommendations to sustain systematic improvement. Services will focus on developing and building an organizational culture based on customer -driven excellence, management by fact, focus on results, visionary leadership, organizational learning and agility, and the other Sterling Core values and concepts, as they are aligned with the City's mission and values. To improve the City of Tamarac's organization and overall performance, services will concentrate on development of the Criteria Team and individual staff member knowledge of, and skills and capabilities to apply the Sterling Criteria. As a result, the City will be better prepared for submitting an application for the Florida Governor's Sterling Award. Project Plan: A. Based on the Scope of Services outlined above, the Offeror, as facilitator and coach, will in the near -term (i.e. first year): 1. For the first couple of months of work, facilitate weekly meetings with each Criteria Team (approximately one to two hours each, maybe longer at the start) to address the strengths and opportunities identified in the City's 2005 Sterling Navigator [Examiner] Feedback Report. As progress of each Criteria Team is gauged, meeting frequency can probably be changed to once every two to three weeks. At these meetings and in the span between meetings: a. The facilitator and process category Criteria Teams (i.e. Categories 1 through 6) will sequentially and repetitively: ■ Use the City's current organizational profile to identify key factors (i.e. factors of critical importance to the City's success). • Validate each comment at first using the Sterling Performance Excellence Challenge Criteria, but transitioning in the first few months to the more rigorous Florida Sterling Criteria for Organizational Performance Excellence ■ Understand the process in place, or lack of process, which gave rise to the comment ■ Understand what a "high performing" approach should look like and relate that to the key factors ■ Engage impacted staff in developing recommendations for appropriate changes; since approaches in any particular category will most likely be linked to those in other categories the team 2 should also engage other Criteria Teams as necessary to develop coordinated approaches ■ Develop an action plan for implementation of changes ■ Obtain approvals as necessary ■ Engage impacted -staff and train as necessary, as the approach is implemented, deployed, and documented ■ Track Team progress b. The facilitator and process Category 7 results Criteria Team will similarly and methodically address Category 7 issues but because of the construct this category, and the strong linkages to all other categories, a different approach is needed. In this case, the team will be facilitated to: ■ Use the City's current organizational profile to identify key factors (i.e. factors of critical importance to the City's success). ■ Develop a template of expectations for establishing potential measures and results relative to each of the six items in Category 7 of the Florida Sterling Criteria for Organizational Performance Excellence, based on the key factors and aligned to the City's strategic objectives. This will be necessarily closely tied to Category 4 Criteria Team work in developing a systematic approach for determining performance measures. ■ Validate each comment in the City's 2005 Sterling Navigator [Examiner] Feedback Report against key factors, strategic objectives, and the template of expectations noted above ■ Understand "high performing" measures and results ■ Engage impacted staff and process Criteria Teams, in developing measures and indicators aligned with the template of expectations ■ Develop an action plan for implementing additions, deletions, or other changes in measures and indicators ■ Obtain approvals as necessary ■ Engage impacted staff and train as necessary, as measures and indicators are implemented, deployed, and integrated ■ Track Team progress 2. Lead the Criteria Teams, at the end of about five or six months, through an assessment of the organization, against the Florida Sterling Criteria for Organizational Performance Excellence, in each team's specific category to identify and validate current strengths and opportunities. 3. Facilitate each Criteria Team, by the end of about eleven months, in drafting a narrative or bulleted narrative description of its category. 4. Facilitate the meetings and approaches described in paragraphs 1., 2., and 3. above. 5. Coach and mentor senior leaders as necessary to enhance or develop behaviors which create an environment conducive to staff engagement in, buy -in to, and focus on organizational objectives. 6. Participate in meetings of the Sterling Committee, suggested at least monthly, to update all Criteria Teams on overall progress. 7. Continuously coach, mentor, and train Criteria Team members on -site in the application of the Sterling Criteria, assessment, and writing of the narrative. Provide on - site coaching between meetings as necessary. Be available by telephone and email to provide clarification and answer questions from Criteria Team members as they arise. 8. Review category assessments and provide feedback to the Teams. 9. Review draft category narratives and provide suggestions for improvement, both in the description of the category, and in the content relative to the Sterling Criteria. 10. Provide assistance to the Sterling Committee in refining the current organizational profile. 11. At about six months and then again at eleven or twelve months if needed, provide a refresher overview of the Florida Sterling model and criteria to other staff members not directly involved with Criteria Teams, to update them regarding progress overall. 12. Provide ancillary services described in paragraph C. of V. Statement of Work of the Request For Proposal, and potentially facilitate training in other areas to support effective team operations, team building, problem solving (including root cause determination), basic statistical methods, lean process management and improvement, and process mapping. Some aspects of many of these ancillary services overlap certain elements of the Criteria Team facilitation outlined earlier, and parts of other ancillary services. Therefore time and resource investment will be less than if each ancillary service stands alone. For instance, elements of development of a Strategic Planning Process will be shaped by the Category 2 Criteria team which will also have impact on parts of the development of Department Business Plans and Performance Measurement Systems. B. Based on the Scope of Services outlined above, and if additional renewal terms are contracted, the Offeror will, in the out years: 1. Assist Criteria Teams in further refinements of approaches and deployment, and learning from and integration into those approaches, as well as refining and improving the narratives for their categories. 0 2. Facilitate the preparation of a complete application package for the Florida Governor Sterling Award. 3. Facilitate preparation for a Sterling Examination Team site -visit, through a number of methods including coached, mock interviews. C. As an additional ancillary service, the Offeror will assist the City of Tamarac in Researching and applying for grant funding to partially reimburse the cost of this proposal. Descnptiion_of AdditionalAncillary, Services . Effective Team Operations Participants in this Team Operations training will learn the fundamentals of team organization, structure, and operations including establishing buy -in to team ground rules, conducting effective meetings, reaching consensus, and tracking team evolution and development 2. Team Building Improvement initiatives require engagement of all staff members with a stake in the affected processes and approaches. Through team building participants will learn and understand the impact of group dynamics and communication on the success of improvement efforts, and the importance of understanding the various behavioral types and their effects on relationships between team members. 3. Problem Solving An important aspect of team work in process improvement is solving problems and developing process modifications. Problem solving training teaches a structured methodology and tools for identifying opportunities and systematically devising solutions for taking advantage of those opportunities. With this training teams learn how to analyze and effectively solve problems. 4. Training in Lean Process Management & Improvement This training builds awareness of practical Lean tools and concepts for improving established processes with special focus on process cycle time, by eliminating waste. Participants learn that cycle time reductions bring other beneficial improvements in process costs, quality, timeliness, and, consequently, improved customer satisfaction. 5. Implementation of Lean Process Management & Improvement After training and grounding in fundamental Lean knowledge, this implementation service takes a team through process mapping, identifying waste, prioritizing opportunities for improvement, and establishing solutions for modified processes. 6. Grant Research and Application Conduct research into prospective sources of grant funding and make application for partial reimbursement (potentially 50%) of project costs. a n c ew CL L. OC rl .c L IOL a 0 0 0 OD N x m c $A E wW m C E m E a o ,� E m a .c c +v E a cy c a E Z o L) T [4 '"` tr a .a C c cP w +� � c E Co c C W ca L) 4 ,Q L} JA I- O CV) m cb 0 CW) IA a 0C E E a �a a E c� �a 4 o �, " '0 *. E a ��+ E� IV c c `o c E J a� G ro r. ►0 L C cm.O L) ^. �* Im f c C N tm t c w o O U W C} 7 O 47 r {7 OD CD CD c N k -A17 QD 0 c ti+ �a E a M E m c p o N c a E J w UI C G a cm Ew+-� � � � o p U +- L3 1A Lo 44 CD h� � ao- a c tA E �7 a cp C a e 0 rt. c Q r7 c 4 E y LA E w E cm '_ "' J E E w 2 t ., G L) Go IN 0 .Q *, > '� a E c c CD Z c 4 F- lU U U SI7 c a a L) E 4. n aj(U a a CL IL Ili N IO. L 0 3 0 u #.r V L OL V 0 to a 0 IOL IA OD cv x "" cm cm ar E E W m °d t m E a E v ° r.0 a r4- o f o 2 IM .2W 01 rq IV •� U � C c CD O E �y 91 o 8 2 � F� rIr CV) Iw S ;% Im w m C � 0 W C mod--. o m G E a a E~ op C d O E -2 d 2 �q N C p° .2C3 >, w E C C CD :2 U aa U7 ca,� Ca ) o ` Z Il- 4T 47 CA s p� 2 � cap �r- � m e Q as m 0 oA IA as E E GP m M c ro E u a w% O o c 0 E C c' v o Q •o Do- as m � d y a U �, CL un �, cm CD E e E ro a a o • ,' IV 0 -� t� ar L) MCD co Im -ECD E a $ � t E Ew a E E ap E- m m c a IV J a o 2 m m ami E odo y C) yam. m ar E d m W a Y *� := 0 Ca o Uy _. a m w C3 a t} „� �' 1 t3 m E O M 7 a. rL Z IA a "0 a N L N IA N Fti 5Y { f7D �cl C41 J C qm C a a qb r E u E c N a a wi ct re O a E� sa - °1 J E 0 � a •a c `a is a as a a e c CAL m L)CLM..• � OD tw d' f'7 aD 4 hl CA a 0 �- ram-• -4 cm a oy ar w c a E au J E ro _ C MCA `r'• rq - a L] ro qi wa, Af u L A 0 OD N tw CV)47 4 PA C IM C a a as a a ,5, Q 4i E My ,a w E a E c aar E~ C C J a a V a c ,a E 2 0 E W. r a C C R'7D L C Gp*r—s C 2 lJJ y= OIL) O 0 0 U) C a C� a � � ir 0 .0 L IA 0 N 5t (+? V mAV 0 E C 'C7 O •Q $5 CLA E " E a �a �a c c 0 v a E c o E- a 2 /dd + L r4 C 4A 2 L) ` ` G > 9 'P+ " a tm c F- W E i17 E- = ra+ w L)� 4 L) � 0 is E pl a in N dN 0. City of Tamarac Purchasing & Contracts Division NON -COLLUSIVE AFFIDAVIT State of , �L o ft 1611 ) County of -S-C M / nl U L 6-) )SS. PH 1 L I P &-A)-FOfUZ,15 being first duly sworn, deposes and says that: 1. He/she is the Q W N 1Y& (Owner, Partner, Officer, Representative or Agent) of PAJ It I VO C6N v/U ZC , the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed,, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: 35 .4 — By _O �LlF' Eiv7"oNGr Printed Name 0VJAJ✓ri /JPJNV16U)orL Title of Tamarac Purchasinq & Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of SC M „N Q LGr On this the C -day of v, ` , 20� before me, the undersigned Notary Public of the State of Florida, per ovally appeared P/L1P 0,C--AJ-rDNZ(;�' (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the acknowledge that he/she/they executed it. ; WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: H Ar•,,- 11 01 y ' Gw 1of '0nD 453126 .c a r and and he/she/they Y1„ ' UNO R PUBLIC, STATE FLORI ram. ±12 e� (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or Produced identification: FLA D L 0-5 3'5(o 605g2V (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 36 of Tamarac & Contracts Division �'c. CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE PROPOSAL We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Scope of Work, Additional Requirements, Supplemental Attachments, Instructions to Proposers, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Proposals. Indicate which type of organization below: INDIVIDUAL X PARTNERSHIP ❑ n1'xpIain:_ Auth n d ig re L I p .,.E.IJto NZL......._... Typed/Printed Name (Y-s-y)G � -)-6yZ Telephone (S-67) .40 7 -Pax address for above signer (if any) 28 CORPORATION ❑ OTHER ❑ HILI P 0-6WT0rJZC Company Name 1 /56 n►vw 18 y w A Address Rries Icy s:sva9 City, State, ZIP / 22 - 1/6- 37g3 Federal Tax ID Number 6 e nro n z e(o o I . co en City of Tamarac Purchasing & Contracts Division OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO- City of Tamarac Purchasing and Contracts Manager 7525 NW 88t`' Avenue Tamarac, Florida 33321 Submitted 7H dGtJ7-0AJZ_45 Check One _-.__— By: I L i P ❑ Corporation Name: tl /LIP Ent'TO Al Z (: ❑ Partnership Address: /6-6 11 W t&y WAY Individual City, State, Zip 6M (o lL l P) nl e 5 91- 3 3 ©a ❑ Other Telephone No. _ � S$ a-6 y I Fax No. 7 6 — 6 State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: ") L I P __CEn/ -r o n1 Z C. The address of the principal place of business is: I �s6 NW lay WAY t M &Z-O ►e-ly P) N CS r4- 33 o a-q If Offeror is a corporation, answer the following: a) Date of Incorporation: b) State of Incorporation: c) President's name: d) Vice President's name: e) Secretary's name: f) Treasurer's name: g) Name and address of Resident Agent: 001 of Tamarac & Contracts Division 2. If Offeror is an individual or a partnership, answer the following: h) Date of organization: A u Gusr /„2 9 7 i) Name, address and ownership units of all partners: P °ENron1zE 1 196 NW I q u1Ay cManol�G PiMC-S,Kt 330�29 i CSC] ye,f _. j) State whether general or limited partnership:_ N A 3. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 6U 1A 4. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 5. How many years has your organization been in business under its present business name? .5 VCARS a) Under what other former names has your organization operated? IJIA 6. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. AIM 7. Have you personally inspected the site of the proposed work? ® YES ❑ NO 8 a Do you have a complete set of documents, including drawings and addenda? X YES ❑ NO Did you attend the Pre -Proposal Conference if any such conference was held? ❑ YES ❑ NO /J/4 31 City of Tamarac Purchasing & Contracts division 10. Have you ever failed to complete any work awarded to you? If so, state when, where and why: NO 11. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone HA .) of o USC T UA2 D� NEw�oN�oN �T063-la 860) 701-669Z 3o5o Co&PortarH wnr i�/CArwrR YAjT TRoPjcF t 6,j4,jcm(- Rho it U,jto� 50 (�S ►�5/7-768� Rica tr_dema.. 25�F Ct.. 5277-3 &07)330-3SOo 12. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). ILIP l: NToof7,L:: 8,E E /N scn•r s 13. State the name of the individual who will have personal supervision of the work: PP)LIP L'GA)°roNZ( 14. State the name and address of attorney, if any, for the business of the Offeror: NR 15. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: ix)IA 16. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: N1A 32 Insert Sheet for Offeror's Qualification Statement Item 12. Pertinent expertise for Key Individual: Philip Centonze ■ Florida Sterling Master Examiner (l I years); ■ Malcolm Baldrige Examiner (one year); ■ Florida Sterling Examination Team Leader or Back-up Leader on 10 teams at all three levels of Sterling assessment (i.e. Governor's Sterling Award level, Sterling Quality Challenge level, and Sterling Navigator level); The applicant organizations which have been examined by these teams include private sector (service, manufacturing, and not -for -profit), education, and government agencies (including military); ■ Individual member of the Florida Sterling Council; ■ Developer of Sterling examiner training materials as a member of the Florida Sterling Examination Committee (a sub -committee of the Florida Sterling Council); ■ Instructor/facilitator of annual Florida Sterling Team Leader Training and Examiner Training; ■ Works with organizations of all sizes and in all sectors to build teams, and improve productivity and the way they do business; has worked with top leaders of business and government, advising and guiding their organizations to higher performance; ■ Implementer and trainer of SterlingBaldrige-style business management practices as a senior manager in manufacturing, service, and government organizations around the U. S.; ■ BS degree in engineering from the U. S. Coast Guard Academy and an MBA from Florida International University in Miami; ■ _ Member of the American Society for Quality, and is a Certified Quality Auditor (CQA); ■ Qualified Administrator of the Myers -Briggs Type Indicator instrument. Related to items 15 and 16, and in conformance with paragraph 10 of the Standard Terms and Conditions of the Request for Proposal: There are no conflicts of interest as defined by paragraph 10 of the Standard Terms and Conditions of the Request for Proposal. City of Tamarac & Contracts Division 17. State the name of Surety Company which will be providing the bond, and name and address of agent: UN t ADC �-)'TI r101 4T I I ME d S �1 Y`1 ISS 10�1 ', / AJ P" Ge" 18. Bank References: Bank Address Telephone U A FrrbVIAL 3n41rJss J0750Mc vLMoTTKW jsN aN�,&q..�-�531-a165 NAV 660AL ii UoILW a' 0 roLLIN by V ENNa VA a2l�p �t�oVnJq��- y�y 19. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: N1q a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). 20. State the name of the firm preparing the financial statement and date thereof:, NIA 21. Is this financial statement for the identical organization named on page one? ❑ YES ' ❑ NO 22. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). 33 City of Tamarac Purchasing & Contracts Division The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and *terminatewardnd/or contract. ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of Ro V ag ... __ County ofyt Y1 le On this the z day of , 20006 before me, the undersigned Notary Public of the State of Florida, personally appeared t I I D C'P- (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the it that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: �'���P�►ea y0r��' 0 HdOt .[ is OF FVO,.`' 34 1► and he/she/they acknowledge uJ IC, STATE OF I'LORIDA (Name of Notary P blic: Print, I Stamp, or Type as Commissioned) ❑ Personally known to me, or Produced identification: (Type of Identification Produced) ❑ DID take an oath, or *9DID NOT take an oath of Tamarac, & Contracts Division REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax E-mail Agency/Firm Name: Address City State Zip Phone/Fax Contact Name PN)LIP C 156 NW 'cr7QIZoILu Ent ToN Zi✓ /gSq WA' P) N CS . ,CL 3 3 o;.' u Corgisr unma L.ews sm p 4-GUAi/Nsr1rO7V'i_ ,C43�6GnN /4VE --Otj ON C� 063zo-(1 03_ -964) '701-6 adg/LC/G C-0)" Agency/Firm Name: Td P I C,- L rInl"wCLtIL cub 17- U N /O^v Address 3 O So Co rt POII rqTe W A City State Zip M, A-g M/-K o-e L 3 0 2 S Phone/Fax _ I7 Sy S- 7 6 &I Contact Name He,-7-i w YqN?- Agency/Firm Name: J(Q,C i M 0_1 Ac . AddressS6 na . CS 1 G�V CaVr�•�" City State Zip R N Fong f-L 3 :2-7 7 3 Phone/Fax Yo 3 0- 3 3 0 o� (V u 7) j 2 2 7Sy 6 Contact Name Agency/Firm Name: (2 1 7 Y O F _rA rl )9 A A- C �7595 Address Nw R'8 AVM" City State Zip "wn m Phone/Fax ?'Sy S 97 Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name 27 of Tamarac m Purchasing & Contracts Division VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. . 2.. Inform employees about the dangers of drug abuse in the workplace, the business's Policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (6) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implAmentab n f this section. As the person authorized to sign the statement, I ce i tha s rm complies fully with the above requirements. I L I T-0 AJ ku&frizo Signa Company Name 37 of Tamarac Purchasing & Contracts Division FOREIGN (NON-FLORIDA) CORPORATIONS MUST COMPLETE THIS FORM DEPARTMENT OF STATE CORPORATE CHARTER NO. If . CHECK BE OW your corporation is exempt m e requirements o on 60 .1501 Florida da Statutes, YOU MUST the macon(s) for the exemption. Please contact the Department of State. Division of Corporations at (904) 4884= for assistance with corporate registration or exomptions. 607.1501 Authority of foreign corporation to transact business required. (1) A foreign corporation may not transact business in this stale until it obtains a certificate of authority from the Departmentof State. (2) The following activities, among others, do not constitute transacting business within the meaning of subsection (1): ® (a) Maintaining, defending, or settling any proceeding. ❑ (b) Holding meetings of the board of directors or.shareholders or .carrying on .other activities concerning internal corporate affairs. [� to Maintaining bank accounts. ❑ (d) Maintaining officers or agencies for the transfer, exchange, and registration of the Corporation's own securities or maintaining trustees or depositaries with respect to those securities. ❑ (e) Selling through independent contractors. ❑ (f) Soliciting or obtaining orders, whether by mail or through employees, agents, or otherwise, if the orders require acceptance outside this state before they become contracts. ❑ (g) Creating or acquiring indebtedness, mortgages, and security interests in real or personal property. ❑ (h) Securing or co8ecting debts or enforcing mortgages and security interests in property securing the debts. ❑ (i) Transacting business in interstate commerce. [] 0) Conducting an isolated transaction that is completed within 30 days and that is not one in the course of repeated transactions of a like nature. ❑ (k) Owning and controlling a subsidiary corporation incorporated in or transacting business within this state or voting the stock of any corporation which it has lawfully acquired. ❑ (1) Owning a limited partnership interest in a limited partnership that is .doing business within this state, unless such limited partner manages or controls the partnership or exercises the powers and duties of a general partner. 0 (m) Owning, without more, real or personal property. (3) The list of activities in subsection (2) is not exhaustive. (4) This section has no application to the question of whether any foreign corporation is subject to service of process and suit in this state under any law of this state. Please check one of the following if your firm is NOT a corporation: (1) ❑ Partnership, Joint Venture, Estate or Trust (ll) 9 Sole Proprieiorshipor Seff Employed NOTE: This sheet MUST be enclosed with your bid if you claim an exemption or have checked I or II above. If you do not check I or 11 above, your firm will be considered a corporation and subject to all requirements fisted herein. (JNILI¢a &O-i-ONZE OF BIDDER 06-MR Addaadum No 2 9313eb of Tamarac Purchasing & Contracts Division CERTIFIED RESOLUTION 1, (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this day of , 20 (SEAL) Secretary Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. �IJ14 V 10()R(- i) nr /1� C 0 tL ►2 �/Ohl , 29 Purchasing and Contracts Division Cify of Tamarac "Committed to Excellence...; Always" ADDENDUM No.1 REQUEST FOR PROPOSAL 06-IOR ORGANIZATIONAL & MANAGEMENT CONSULTING SERVICES REVISED DUE DATE: AP61 i4,20H DATE OF ADDENDUM: MARCH 13, 30M The foilowing clarifications, changes, additions and/or deletions are hereby made part -of the Contract Documents for RFP No. 06-14R, Organizational & Management Consulting Services. PLEASE CHANGE THE PROPOSAL DUE DATE from March 23, 2006 to now read es lfoflowaz Proposals dial! now be due no later than Z 00 P.M., on &Mm. � 2� Page 3, Para. W., Schedule Of Event Dates are now tentatively as foftvwe; Evaluation of Proposals 4114-412DM Presentations by Short-listed Proposals (if applicable) 4124/06 Final Ranking of Firms 4125M Anticipated Award by Commission 511 0WO. 1 • t2f "How many people and deparfinenls wi11 be involved from yaw side "7- (the number of leaders and employees that will be interviewed or trained on the sterling items." A: The current plan is that the Consultant will be working with the Citys seven (7) criteria teams. Each criteria team includes two (2) members of the existing Sterling Committee (non -executive management personneI), and two (2) members of the executive team .(Department Directors, City Manager staff and the City Attorney). Up to four (4) additional team members will be added to the Criteria Teams over the Corning weviss. for a total of eight (8) CnWa Team rr anbers on each of the seven (7) Criteria Teams. The current Sterling Teams are as follows: 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 597-3570 0 Fax (954) 597-3565 ■ www.tamarac.org Equal Opportunity Employer Leadership Strategic Planning, Customer & Market Focus Information Management Human Resot,rwres Process Management Organizational Results In addition, the Consultant shall work closely with the City Manager's Office and two (2) City Sterling Facilitators representing the City Mana s Ofte and Human Resources Department. The ultimate goal will be to train all City employees on the Starting process, and HPO. 2. Q: "Can you send us an ft Chart for how The City of Tamarac is structured by department or by ACM)? How many total employees, how they are spread by department. Which ones already arse some sort of metrics and impraovement methodologies?," A: A copy of the Citys organizational chart and personnel Crplefnent 1 y Department/Division is attached hereto. 3 Q. "Is your city manager currently running manual or un- st uctu red operational reviews with each ACM each month and how that -gyres. if not, what kinds of reviews are in place currently, so we can get a feel for who we are staffing?„ A: Currently, the City Manager holds weekly unstructured with his Oepi City Manager and Assistant Oity Manager. The Deputy City Manager and the Assistant Manager then hold weekly, unstructured reviews witty the l xecirtive Tearer members under their -supervision. {Sae Organizational chart attached,-) 4 Q. "Has the prefect been budgeted, or will that happen after the -RFP's are submitted?" A; The capabilities of the proposer will drive the services actually required by the City of TamaMc. The budPt A Wfingent .upon receipt and review of the proposals. There are no further changes to this proposal. This addendum should be returned -with Your prcrpOsal submittal. Please acknowledge the addendum in the area indroated below, and return a copy of the addendum along Witt your response, Acknowledged and AdeMt7=&I NAME OF PROPOSER:Te:. /v DG Keith K. Glatz, CPPO Purchasing & Contracts Manager . ............................. _..._ 06-10R Addendum No 1031406 �IF T City of Tamarac Purchasing and Contracts Division "Committed to Excellence —Always" ADDENDUM NO.2 REQUEST FOR PROPOSAL 06-1 OR ORGANIZATIONAL & MANAGEMENT CONSULTING SERVICES DUE DATE: April 14, 2006 DATE OF ADDENDUM: MARCH 15, 2006 The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for RFP No. 06-10R, Organizational & Management Consulting Services. Q: "The Qualifications Statement and Corporate Acknowledgement forms require notarization_ The forms have been developed for notarization in Florida. However, we are an out-of-state corporation, would it be acceptable if we have the forms notarized in the State in which we reside?" A: Firms from oui-of-state may cross -out the Florida notary, and change it to their state of residency. Florida Statutes 607.1501, however, requires out-of-state firms to file as a Florida Foreign Corporation. Out-of-state firms must submit the attached Florida Foreign Corporations Form, which is attached hereto, along with their solicitation response. Any out-of-state awarded firm will be required to formally register as a Florida Foreign Corporation prior to commencement of work. 2. Q: "Has the City applied for the Stewing Award in the past?" A: The City has not applied for the Sterling award in the past. The City did complete the Sterling Navigator -to -Site process last year. 3. Q: "Is there a pfvferred method for binding the proposals (i.e. spiral, stapled, etc.)?" A: The City has no specific requirement for binding of proposals, however, the number of copies requested in the proposal should be included at the time of your submittal, 4. Q: "floes the City have plans to apply for the Malcolm Baldrige National Quality Program in the future?" A: The City of Tamarads first priority is to become a High Performance Organization utilizing the Florida Govemor's Sterling Award criteria. Though - applying for the Malcolm 6aldrige Award may be a possibility in the future, the City is currently concentrating its efforts on the Florida Governor's Stetting Award. 7525 NW 88th Avenue M Tcmarrac, Flodda 33321-2401 0 (954) 597-3570 0 Fax 1954) 597-3565 ■ www.tamarac.org City of Tamarac Purchasing & Contracts Division Q: "With the extension of the Application deadline, is there an extension for the submittal of questions?" A: The extension for the submittal of questions is March 31, 2006. 6. Q: "Does the City currently have a strategic plan and scorecard?" A: The City of Tamarac uses a strategic planning process that was initiated in 1996. The current Strategic Plan was created in 2004. While all departments utilize performance measures, the City does not currently have a scorecard system in place. 7. Q: "Since the Teams have been conducting an intemal assessment of the organization, do they have a rough idea of where they would fall on the Sterling or Ba/drige scoring scale today?" A: The City scored 292.60 points out of a possible 500 points on the Sterling Navigator. This is a different scoring scale than the 1,000 point scale used by the Sterling/Baldrige system. We do not know where we would fall on the Sterling/Baldrige scale. 8. Q: "l7-10 calls for professional liability insurance in the amount of $1,000,000. [Our firm] meets all insunnce requirements for liability exce professional liability We pull our major customers from lime to time and they have not wanted to add the $40, 000 insurance premium to their GNA cost for our services. How important is this insurance for RFP 06-10R?" A: The City of Tamarac includes the Standard Insurance Provisions as an absolute requirement. Proposers are to submit proposals based on the cost of providing this coverage to the City. 9. Q: "4.1 and 4.2 calls for offeror to visit site of proposed work and examine a complete set of documents including drawings and addenda. Although we have done business within Broward County, we have not recenify visited these specirrc faafities or examined documents. How relevant is fts to RFP 06-10R, which requires organizational and management consulting services?" A: There will be no need for a site visit for this project. Please delete any reference to a site visit. 10. Q: "Would it be possible to forward to [our firm] a copy of the Sterling Examiner Feedback Report? A: Please see attached. Acknowledged and Accepted: NAME OF PROPOSER: .DATE: 4110 2.00 14 / ►P. W Keith K. Glatz, CPPO Purchasing & Contracts Manager 06-TeR Addendum No 2 631506 City of Tamarac [ RI Purchasing and Contracts Division "Committed to Excellence... Always" REQUEST FOR PROPOSAL 06-IOR ORGANIZATIONAL S MANAGEMENT CONSULTING SERVICES DUE DATE: Apra! 74, 2006 DATE OF ADDENDUM: APRIL 4, 2006 The following clarifications, changes, additions and/or deletions are hereby made part of the Contract -Documents for -RFP No. 06-1-0R, Organizational & -Management Consulting Services. 1. 0: "How many -e ayees took part in the SterfhV ft.vigatorSurvey?» A: Out of Tamarads approximately 400 employees, 125 employees took the .Sterling -Navigator Survey. 2. Q: What date(s) was the internal employee Sterling and HPO principles education program. completed?" A: The Sterling Committee conducted the initial HPO/Sterling introduction to our workforce in riepartment meetings that .occurred throughout March and April of 2005. 3- Q: What was the length of the actual educational program that each employee attended?" A►: The -initial HPO/Steding introductory presentations lasted approximately 1 hour. 4. Q: `Please .clarify the scope -of the =went Sterling Training betV conducted? — A: Currently the City is providing Sterling Criteria Training to our Criteria Teams through an extemal Sterling Consultant. This training includes a broad overview of Sterling including the seven criteria areas, reviewing the City's Organizational Profile, working through the Criteria categories .in the Criteria Teams and identifying initial strengths and opportunities for improvement, and beginning to look at future team responsibilities. The teams have all received copies of the Challenge and Govemoes Sterling Award booklets, and are currently becoming proficient in their Criteria areas. 7525.Nw.88th Avenue ■ T.amarac,.Flodda3332.1-2401 ■ .(954.) 597-3570 ■ Fax.(954,) 597-3565 ■ www,tamarac.org Equal Opporks yEmployer of Tamarac Purchasing & Contracts Division & 0: "How many employees .ace .currently on -each .Criteria Team?" A: The Criteria Teams have been fully formed at this point and consist of 8 .employees -each. Each Criteria Team .has 2 Sterling -Committee .members .and 2 Executive Team members. The other. four members on each team represent various departments and .levels within the .organization. The City's .Management Analyst and Training Specialist are adjunct on all seven teams and are currently facilitating the meetings and training. 6. Q: "Under section IV. Instructions to Offerors & Standard Terms & Conditions, # 7 on page .6, .asks us to show costs and .compensation in "both unit paces and extensions. " However, the proposal price form is only asking for the "not to exceed" pricing. Should we .attach unit pricing information -on .a -separate page? Should .we include any detail information on our budget on a separate page? If we are offering options to the may, shall we include budget details on a separate page and attach to this form? It is my understanding that no information regarding the budget or pricing shall be included in the nanabve portion of the proposal, instead all budget and pricing information is to be included in this form and submitted separately from the narrative bid, is this coned?" A: The requirement to shown both unit price and extensions is a general requirement for situations when an offeror is providing pricing for items in multiple quantifies. There are no such items in this proposal, therefore, we are only asking that offerors provide the "not to exceed" on the PROPOSAL FORM. Please note, however, that on page 26, item 3, of the Proposal document, the City has requested that firms provide with their cost proposal, "... a schedule of houdy fees for pmJeat team members". In addition, Section VII, "Evaluation of Proposals", Section A, "Evaluation Method and Criteria", Paragraph 5, "Costs (Price)", sub -paragraph ii, requires the proposer to provide a detailed explanation in the event that alternative services are proposed. This information may be provided as additional pages .along with the price proposal. 7. Q: "Regarding the Foreign Corporation fbim from Addendum 2: The form asks corporations to check the box to denhanstrste axenpfion from the requirements. We are not exempt so we will not be checldng any boxes. Do we leave the form blank and -sign at the bottom? Do we note that we are not exen# and foully intend to obtain a cerfifiCate of authority from the Department of State if we are selected for the puied? Or, by leaving it blank, is the iniendw to meet the mquimments implied?" A: Most out-of-state firms who will be performing this project will probably not be subject to any exemptions. Proposers who sign the fanam, and submit it without any of the boxes checked will be considered to be a "non-exempt' firm. For information regarding the specific requirements of the Florida Department of State, please visit /ndex.htmi, prior to responding to this their we site at _ttp' www.dos.state.fl.usdo Gi. .proposal. Please be advised, however that if the City should contract with an out-of- state firm, that firm will need to be registered as a Florida Corporation prior to doing business with the City. Ob-IOR Add+edum No 3 e3106 City of Tamarac Purchasing & Contracts Division S. Q: "Can we expect support from the City for administrative documentation? For example, will the City be responsible for documenting minutes at meefings such as the Criteria team meetings, -etc. ? If -so, .at .what level?" A: If it is determined that administrative documentation is needed, the City of Tamarac will provide this support. 9. Q: "Can we .expect support from the City.forSterGng documentation?" A: The City of Tamarac intends for the Criteria Teams to write the City's applications for the Challenge and/or Governor's Sterling Award. 10_ Q: "Most activities in the Minimum Requirements and Ancillary Services (Section V..3. B and Section V.3. C) are .described as Working .closely with staff '" Is the City looking for prescribed solutions, or an Organizational Development Consultant who wdl coach and FdoR Late action research r+econvnendations?" A: The City of Tamarac is looking for a Consultant who will coach and facilitate the Criteria Teams, while at the same time providing, through their own education and experience, recommendations and/or possible solutions that may be considered by the Criteria Teams in making their secommendatio.ns. 11. Q: "Relative to Section V.3.aa) We anticipate weekly meetings with all Criteria teams initially'_ Is teleconferencing or web-oonferencing acceptable Jbr some of these meetings?" A: The City of Tamarac would like the majority, if not all, of these meetings to be done on site. We anticipate scheduling the meetings back to back so as to ensure an efficient use the Consuitant's.and our eagftyees'tam. 12. Q: "Re/alive to the 4th bullet in Section V.3.B.c) "Wofk with staff, specifically the Bevan Criteria Teams, to implement said Mc QMMgndations,. enabling the City to meet Sterting Criteria requirements. Conducting these services wail involve, at a nymmna, working vMh staff to: Assist staff in devaelbping and in�plernenfirro McRm_ ations': Please define to what extent the recommendshons are expected to be implemented before Ancillary Services are implemented?" A: The City of Tamarac expects that the Consultant will aid the Criteria Teams in developing recommendations, and then impliementing those recommendations. The ancillary services in the RFP may be necessary in order to implement ble necommerdWffon& 13. Q: "Relative to the 5(h bullet in Section V &Rc) `Conducting these services will inv%A e, at a minimum, wearalring with staff to: Design and dembp training courses and provide course delivery'_ Training is also addressed in the paragraph before Ancillary Services and in Ancillary Services. Does the City have a cap in mind relative to the scope of training courses we should develop and deliver based on this prQposa/? J# of#asses, #ofstaffidass, dd*jaWgassesfor drilerentstaff levels,) 06-IOR Addrndam Iva 3 W406 City of Tamarac Purchasing & Contracts Division A: The City does not have a cap in mind. We would like prospective Consultants to provide their recommendation of the quantity and configuration of potential'training courses. 14. Q: "Relative to Section V.3.C.e) 'Detern ine and map the City's key and support processes'.- At what level would this mapping be expected to be done? For .example, the core p=ess level, activity level, or other level? A: Based upon the Sterling Criteria, certain key and support processes within the organization will have to be mapped. The extent to which, and levels at which, this mapping will take place is something we expect our Consultant will aid us .in determining. 15_ Q: "Does the City have a preferred training model/method in rand for training courses, such as train the -trainer, .consultant led, or .web -Based training?" A: Understanding that different training methods: may be better suited to different types of courses, the City of Tamarac does riot stave a .preferred training method in mind for this process. There are no further changes or clarifications at this time. Please acknowledge receipt of this addendum, .and all previous addendums .in the area indicated below, and retum an acknowledged copy of each addendum along with your proposal response, Acknowledged and Accept .NAME OF PROPOSER. DATE; 7� �v a C)U � Sincerely, F'. Keith K. Glatz, CPPO Purchasing -& Contracts Manager ............ Q6-1fllt Addendum 'No 8 g3�96 Exhibit C Technical Proposal submitted 4114106 as amended on 08/02/06 Scope of Services: Provide assistance to the City of Tamarac to evaluate its organization and progress against the Florida Sterling Criteria for Organizational Performance Excellence, and to facilitate staff members' efforts to develop and implement change recommendations to sustain systematic improvement. Services will focus on developing and building an organizational culture based on customer -driven excellence, management by fact, focus on results, visionary leadership, organizational learning and agility, and the other Sterling Core values and concepts, as they are aligned with the City's mission and values. To improve the City of Tamarac's organization and overall performance, services will concentrate on development of the Criteria Teams' and individual staff member knowledge of, and skills and capabilities to apply and implement the Sterling Criteria. As a result, the City will be better prepared for submitting an application for the Florida Sterling Challenge and assessment. Project Plan: A. Based on the Scope of Services outlined above, the Offeror, as facilitator and coach, will in the near -term (i.e. first year): 1. Facilitate, for the first three months, about two-hour bi-weekly meetings, then later about 1 hour meetings, with each Criteria Team to teach the detail of the Sterling Criteria and address the strengths and opportunities identified in the City's 2005 Sterling Navigator [Examiner] Feedback Report, and coach the teams in assessing current state and developing and implementing improvements. Additional meetings and/or coaching of teams and individual team members will be accomplished as necessary between regularly scheduled meetings. This element is estimated at 280 hours in 12 months. At these meetings and in the span between meetings: a. The facilitator and process category Criteria Teams (i.e. Categories 1 through 6) will sequentially and repetitively: Use the City's current organizational profile to identify key factors (i.e. factors of critical importance to the City's success). ■ Validate each comment at first using the Sterling Performance Excellence Challenge Criteria, but transitioning after the first few months to the more rigorous Florida Sterling Criteria for Organizational Performance Excellence. ■ Understand the process in place, or lack of process, which gave rise to the comment. ■ Understand what a "high performing" approach should look like and relate that to the key factors. 2 ■ Engage impacted staff in developing recommendations for appropriate changes; and since approaches in any particular category will most likely be linked to those in other categories the team will also engage other Criteria Teams as necessary to develop coordinated approaches. ■ Develop and update action plans for implementation of changes. ■ Obtain approvals as necessary. ■ Track Team progress. ■ Train elements of Team Operations, Process Management, and other topics as required by the Criteria Teams. • Prepare the category writ -up for insertion to a City-wide application for the Florida Sterling Quality Challenge. b. The facilitator and process Category 7 results Criteria Team will similarly and methodically address Category 7 issues but because of the construct this category, and the strong linkages to all other categories, a slightly different approach is needed. In this case, the team will be facilitated to: ■ Use the City's current organizational profile to identify key factors (i.e. factors of critical importance to the City's success). ■ Develop a template of expectations for establishing potential measures and results relative to each of the six items in Category 7 of the Florida Sterling Criteria for Organizational Performance Excellence, based on the key factors and aligned to the City's strategic objectives. This will be necessarily closely tied to Categories 4 and 2 Criteria Team work in developing a systematic approach for determining performance measures aligned to City objectives. • Validate each comment in the City's 2005 Sterling Navigator [Examiner] Feedback Report against key factors, strategic objectives, and the template of expectations noted above. ■ Understand "high performing" measures and results. ■ Engage impacted staff and process Criteria Teams, in developing measures and indicators aligned with the template of expectations. ■ Develop and update action plans for implementing additions, deletions, or other changes in measures and indicators. • Obtain approvals as necessary. • Track Team progress. • Train elements of Team Operations, Process Management, and other topics as required by the Criteria Teams. 2. Assist the Criteria Teams and the Sterling committee in building a City of Tamarac Florida Sterling Quality Challenge application before the end of 12 months. This element is estimated at 30 hours. 3. Facilitate the development of a new Strategic Plan and business (i.e. action) plans for 11 departments. Develop performance measures aligned with the Strategic Plan and business plans. This element is estimated at about 180 hours. 4. Provide ancillary services including stand-alone training workshops, and additional coaching or facilitation as necessary and as mutually agreed. As an additional ancillary no -cost service, the Offeror will assist the City of Tamarac in researching and applying for grant funding to partially reimburse the cost of this proposal. 5. Coach and mentor as necessary to enhance or develop behaviors which create an environment conducive to staff engagement in, buy -in to, and focus on organizational objectives. 6. Facilitate preparation for a Sterling Examination Team site -visit, through a number of methods including coaching and mock interviews. 7. Participate in meetings of core team members to update all Criteria Teams on overall progress. B. Based on the Scope of Services outlined above, and if additional renewal terms are contracted, the Offerer will, in the out years: 1. Assist Criteria Teams in further refinements of approaches and deployment, and learning from and integration into those approaches, as well as refining and improving the narratives for their categories. 2. Facilitate the preparation of a complete application package for the Florida Governor's Sterling Award. 3. Facilitate preparation for a Sterling Examination Team site -visit, through a number of methods including coaching and mock interviews. rd Description of Ancillary Services: 1. Problem Salving An important aspect of team work in process improvement is solving problems and developing modifications. Problem solving training teaches a structured methodology and tools for identifying opportunities and systematically devising solutions for taking advantage of those opportunities. With this training teams learn how to analyze and effectively solve problems. 2. Training in Lean Process Management and Improvement This training builds awareness of practical Lean tools and concepts for improving established processes with special focus on process cycle time, by eliminating waste. Participants learn that cycle time reductions bring other beneficial improvements in process costs, quality, timeliness, and, consequently, improved customer satisfaction. 3. Implementation of Lean Process Management and Improvement After training and grounding in fundamental Lean knowledge, this implementation service takes a team through process mapping, identifying waste, prioritizing opportunities for improvement, and establishing solutions for modified processes. _ )� 0 V � � U CO) U W .0 L- CL 10 (D U) O a O L- a. V W U) .� 4) w ■ § ® coCD q I \ E acm k 0 § # � 2a o E\f R @ f R c m § m $ _o f \ cn w / k E /C) 7 U E � § ~ q $ _ cn E 2 k §/ ■ t fn E G o o ° _ $ o §>f / im Sf m \ $ § r 0 E 2 CDk § \ U E § K ® q _. . . r kk a ■ E cn q 2 c t .E o E f E� ® % m q � t .La ° CD E k / / uj 2� CU U 0 00 ~ % f cn E m § E ® Co % CMS r k �E / 2 = CD % CD ƒ % $ . 9 t m / e ¥ 0 / U CL CD (A A m cm CD c o6 k 2co $\ k c$ \ 2 % / k f f k�/ 7/[ k E E-§] / Co . ■ k k U/(D a E 3���D _E 2§ E F/§ /� 0< L Y, CD m 2 0 V g � U U) � .� O 60 CL V g � O ct O � � � .� 7 g � § ® % 00 � co ® _ k § CD e § ° § m Dr \%% g f 7 CD . ƒ E f §E f. e U U o \ U . E ' § ¥ $ L I e / < = £ § kkE k C k/ mƒk kJ k k\E /t t m U Uƒ cc E ■ . ) ~ % _ � . A � r E E (kc k a) / E k CD n c e £ § : 2 cm/$ kk k U/ FL ■ m f � = q � .E E �7 f k E c \ @ ° § [ / C: / co 2 � ) E 0 (D k$ kk k U D E § 2 2 . � a C /k / E e 2 0 ~ \ �g JC E §2= m n /E0 § ) 3 ƒ ) UR ce) 0 ~LO CD � . \ c . m Q \ K @ CU / k g $[ w E k/ 2§c: 2 0 a U L > co' '> k§E k$° uj �co7 C� �� U ■ � § ~ 2co .� . \ O I Lm / § / Ecc % § / c \ a). a) 0 k § \ E / § u § ® / § E e » CL V � ~ . & $: �= f§ a E c CD§ E § a E E CD cm 0 k k / ) 2 t ° U vƒ § � 2 @ E a / y+ »* ``<. E o OCD 0 CD Nr cq lCC3:;: > L cD 00 0 00''. N M >> »'' C O C C ' C oE 3 . _�:::.:.:: m 0) CIL in U 06 (� - C U c U U a� a u� C d o6 N M N Fu Investment Fee: Exhibit 2 TR 11024 8/1/2006 Organizational and Management Development RFP 06-1OR Consulting Services Committee Evaluation Totals AFTER PROPOSALS AND PRESENTATIONS Proposer's Name: Mary Ann Philip Promax Pranke Centonze Consulting No Conflict of Interest NO NO NO Adhered to the Instructions YES YES YES UALITY OF RESPONSE/SERVICES TO BE PROVIDED (35 POINTS ASSISTANT CITY MANAGER 25 22 15 MANAGEMENT ANALYST 20 18 10 TRAINING SPECIALIST 30 25 20 CAPTAIN, TRAINING & SAFETY 30 35 20.5 QUALIFICATIONS OF PROPOSER/EXPERTISE (25 POINTS) ASSISTANT CITY MANAGER 25 20 15 MANAGEMENT ANALYST 23 15 18 TRAINING SPECIALIST 22 15 20 CAPTAIN, TRAINING & SAFETY 25 20 20 COSTS (25 POINTS) ASSISTANT CITY MANAGER 25 18 21 MANAGEMENT ANALYST 25 18 21 TRAINING SPECIALIST 25 18 21 CAPTAIN, TRAINING & SAFETY 25 18 21 SCHEDULE (15 POINTS) ASSISTANT CITY MANAGER 10 10 7 MANAGEMENT ANALYST 17 15 10 TRAINING SPECIALIST 13 15 15 CAPTAIN, TRAINING & SAFETY 7.5 15 7 TOTAL POINTS ASSISTANT CITY MANAGER 85 70 58 MANAGEMENT ANALYST 85 66 59 TRAINING SPECIALIST 90 73 76 CAPTAIN, TRAINING & SAFETY 87.5 88 68.5 TOTAL POINTS 347.5 297 261.5 FINAL RANKING ASSISTANT CITY MANAGER 1 1 1 2 2 2 3 1 3 3 2 3 MANAGEMENT ANALYST TRAINING COORDINATOR CAPTAIN, TRAINING RANK 1 2 3 Udrive/2005 Bids/ 06-10R/Post Presentation Aggregate of 06-1OR Evaluation Total Worksheet