Loading...
HomeMy WebLinkAboutC2011-297 - 8/23/2011 - ApprovedSERVICE AGREEMENT No. SA11 -060 THIS PROFESSIONAL PSYCHOLOGIST SERVICES AGREEMENT (this "Agreement ") is entered into by and between Sharon L. Rog Ph.D. P.C. (the "Contractor ") and the City of Corpjus Christi, a Texas home -rule municipal corporation (the "City ") effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide PROFESSIONAL PSYCHOLOGIST SERVICES in response to Request for Proposal No. BI- 0149 -11, which is incorporated by reference and attached hereto as Exhibit A; WHEREAS the City has determined Contractor to be the most advantageous Proposer; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will provide PROFESSIONAL PSYCHOLOGIST SERVICES in accordance with Request for Proposal No. 13I- 0149 -11, which is incorporated by reference and attached hereto as Exhibit A. 2. Fee for Services. The City agrees to pay the Contractor those fees mutually agreed to between both parties as set out in Exhibit A and incorporated herewith. Fees are fixed and firm for the duration of the initial three -year contract and for each of the two one -year extension options. 3. Term. This Agreement is for three years, commencing on the date signed by the last signatory hereto. The term includes an option to extend for up to two additional twelve -month periods subject to the approval of the Contractor and the City Manager or his designee ( "City Manager".) 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement including deductions for non - performance and authorizations for payment. All of Contractor's notices or communications regarding this Agreement must be directed to the Contract Administrator, who is the Chief of Police. 5. Independent Contractor. Contractor will perform the services hereunder as an independent contractor and will furnish such services in its own manner and method, and under no circumstances or conditions may any agent, servant, or employee of Contractor be considered as an employee of the City. 6. Insurance. Before activities can begin under this Agreement, Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages to the Contract Administrator. Additionally, the Certificate must state that the Contract Administrator will be given at least thirty (30) days' advance written notice of cancellation, material change in the coverages, or intent not to renew any of the policies by certified mail. The City must be named as an Additional Insured. The City Attorney must be given copies of all insurance policies within fifteen (15) days of the t=,,.:+F,... — —st. Insurance requirements are incorporated herein in Request for Proposal 2011 -297 ,orpora.ted herein as Exhibit A, and may be revised annually by the City M2011-167., advance written notice to Contractor 08/23/11 Rogers, Sharon L., Ph.D., P.C. 1���/ 7. Assignment. No assignment of this Agreement or any right or interest therein by Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 8. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City, which fiscal year ends on July 31 annually, is subject to appropriations and budget approval providing for such contract item as an expenditure in that budget. The City does not represent that the budget item will be actually adopted, that determination is within the sole discretion of the City Council at the time of adoption of each budget. 9. Waiver. No waiver of any breach of any term or condition of this Agreement or Contractor's bid offer to Request for Proposal No. BI- 0149 -11 waives any subsequent breach of the same_ 10. Compliance with Laws. This Agreement is subject to all federal laws and laws of the State of Texas. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and the venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 11. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, Contractor must obtain prior written approval from the Contract Administrator In using subcontractors, Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 12. Amendments. This Agreement may be amended only by written agreement signed by duly authorized representatives of the parties hereto. 13. Termination. The City Manager may t ermina te this Agreement for Contractor's failure to perform the services specified in Request for Proposal No. BI- 0149 -11. Failure to keep all insurance policies in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give Contractor at least 5 work - days' advance written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. Alternatively, City may terminate this Agreement, with or without cause, upon twenty (20) days' advance written notice to Contractor. However, City may terminate this Agreement on 24- hours' advance written notice to Contractor for failure to pay or provide proof of payment of taxes as set out in Section 14 of this Agreement. . 14. Taxes. Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes, and all other related taxes according to Circular E Employer's Tax Guide, publication 15, as it may be amended. Contractor must provide proof of payment of these taxes within thirty (30) days after City Manager's written request therefore. Failure to pay or provide proof of payment is grounds for the City Manager to t ermina te this Agreement after providing 24 hours' advance written notice to Contractor. 15. Drug Policy. Contractor must adopt a Drug Free Workplace and drug testing policy that substantially conforms to the City's policy. The City has a zero - tolerance drug testing policy. 2 16. Violence Policy. Contractor must adopt a Violence in the Workplace policy that substantially conforms to the City's policy. The City has a zero - tolerance Violence in the Workplace policy. 17. Notice, Notice may be given by fax, hand delivery or certified mail, postage prepaid, and is deemed received on the day faxed or hand - delivered or on the third day after deposit in the U.S. Mail, if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Chief of Police P. O. Box 9277 Corpus Christi, Texas 78469 -9277 IF TO CONTRACTOR: Contractor Name: Sharon L. Rogers, Ph.D., P.C. Contact Person: l coWus Sharon L. Ro ers Address: 1001 Ave Street City, State, Zip: Christi I P 78404 18. Month -to -Month Extension. If the City has not completed the procurement process and awarded a new PROFESSIONAL PSYCHOLOGIST SERVICES contract upon the expiration of this Agreement, then Contractor must continue to provide services under this Agreement, at its then- current fee under the term of this Agreement, on a month -to -month basis until a new contract is awarded by Council. This Agreement automatically expires on the effective date of a new contract; the Contract Administrator will provide written notice of the effective date of the new contract to Contractor. 19. Indemn'fication. CONTRACTOR SHALL VVDEAVWFY, HOLD HARMLESS AND DEFEND THE CITYAND ITS OFFICERS, EMPLOYEESAND AGENTS (INDEMNITEES) FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTING NEGLIGENCE OF INDEM ITEES, BUT NOT BY THE SOLE NEGLIGENCE OF INDEALVITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR GROUP. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO INDEMNITEES AND PAY ALL CHARGES OF ATTORNEY AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS 20. Severability. Each provision of the Agreement shall be considered to be severable and, if, for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or fid re applicable law, such invalidity shall not impair the operation of or affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part thereof had been omitted. 3 SIGNED this day of 2011. Contractor: Sharon L. Rogers, Ph.D., P.C. til •o Signature Date Name: Sharon L. Rogers Title: cA F -< CITY F CO STI I I r� Michael barrera Date Assistant Director of Financial Services APPROVED THIS 7 DAY OF S� � m 3e rZ , 2011. CARLOS VALDEZ, CITY ATTORNEY' By: Bri arvae ssistan ity Attorney Incorporated by Reference: Exhibit A: Fee Schedule Exhibit B: Request for Proposal No. BI- 0149 -11 Exhibit C:- Proposer's Proposal 4� 20 j f � ((e AUTHOR19D By Cf UPWIL -10- g,- U- SECWARY ft. 4 Exhibit A FEE SCHEDULE Personnel Assessment and FIRST ONE- SECOND ONE- INITIAL YEAR YEAR THREE -YEAR EXTENSION EXTENSION CONTRACT OPTION OPTION ITEM FEE PER HOUR FEE PER HOUR FEE PER HOUR Personnel Assessment and $250.00 $300.00 $350.00 Selection $250.00 $300.00 $350.00 Interview $250.00 $300.00 $350.00 Test Interpretation $250.00 $300.00 $350.00 Feedback to Chief $250.00 $300.00 $350.00 Administrative Work $250.00 $300.00 $350.00 Teaching Classes $250.00 $300.00 $350.00 Performance Enhancement Leadership Development $250.00 $275.00 $300.00 First Individual Session $225.00 $250.00 $275.00 Follow Up Session $200.00 $225.00 $250.00 Group Feedback /Instruction 225.00 1 $250.00 1 $275.00 Clinical Work Intake Interview /First Session $250.00 $275.00 $300.00 Follow Up Sessions $250.00 $275.00 $300.00 Training and work (non selection or clinical) with HNT /SWAT $300.00 $350.00 $400.00 Court Testimony 1 $250 .00 1 $275.00 { $300.00 1 NOTE! Pricing is firm for the duration of the initial three -year contract and for each of the two optional one -year extension periods. NOTE! Pricing shall include all costs of all equipment, office supplies and all other direct or indirect costs associated with your organization's provision of this service. �r31 t REQUEST FOR PROPOSAL ADDENDUM CITY OF CORPUS CHRISTI PURCHASING DIVISION Request for Proposal No.: BI- 0149 -11 Addendum No.: 1 June S, 2011 Prospective Proposers are hereby notified of the following modifications to Request for Proposal No. BI-0149 -11. All terms, conditions and specifications of the original Request for Proposal not in conflict with this addendum remain unchanged and continue in full force and effect. I. To provide prospective proposers sufficient time to factor the QUESTIONS and ANSWERS contained in this Addendum into their proposal, the City hereby extends the due date for proposals listed in Section 1.3 of this RFP from 5:00 p.m. Central Time (CT) on June 13, 2011 to 5:00 p.m. CT on June 20, 2011. II. The following are proposers' questions and the City's corresponding responses thereto: 1. QUESTION: Who is your current provider? ANSWER: The City does not currently have a provider. Previous providers were Yaron Rabinowitz, Ph.D. and M. Dee Kock, Ph.D. 2. QUESTION: What services are currently being provided? ANSWER: None, currently. Please see the RFP for a complete listing of services to be provided. 3. QUESTION: What quantities have been provided over the past two years? What quantities do you anticipate in the next two years? ANSWER: From March 2010 through December 2010, approximately 80 hours of services were provided. The City estimates a 10 % increase in services will be required over the next two years. 4. QUESTION: What are the current fees charged? ANSWER: ITEM PRICE Personnel Assessment and Selection Interview $150.00 Test Interpretation $150.00 Feedback to Chief $50.00 Administrative Work $50.00 Teaching Classes $50.00 Performance Enhancement Leadership Development First Individual Session $150.00 Follow Up Session $100.00 Group Feedback /Instruction $50.00 Clinical Work Intake Interview /First Session $150.00 Follow Up Sessions $100.00 Training and work (non selection or clinical) $50.00 with HNT /SWAT 5. QUESTION: Can you please describe what services you are most interested in obtaining? ANSWER: 1. Psychological certification of police trainees, police dispatchers, police forensic services personnel, fire trainees, airport public safety trainees and city marshal trainees. Testing is conducted in -house at the police department (MMPI, CPI, 16PF), tests are mailed off and the results are delivered to the psychologist for TCLEOSE certification. 2. Psychological evaluation of police officers applying for SWAT, Peer Counselor, Sexual Predator Unit, Bomb Squad, and other specialized units - testing is conducted in -house at Police Department, tests mailed off, and results delivered to provider; provider to advise Chief of Police of fitness for duty assignment. ii 3. Interview /counsel officers who have been involved in a critical incident, including firearm discharges, to make recommendations to the Chief of Police for return to duty 4. Officers requiring counseling as determined through the Peer Counseling Team - a team of officers trained to work with officers requesting assistance. 5. Provide in- service training and police cadet academy training classes as requested by the Chief of Police or designee. 6. QUESTION: Can you please describe a protocol for each service? For example, do you have any specific tests that you want administered in a pre - employment psychological exam? ANSWER: The Police Administration Manager administers the MMPI, CPI and 16 PF for pre- employment applicants, mails the tests for scoring and results are forwarded to the psychologist along with the results of the background investigation. For specialty units, the CPI and 16 PF are administered and follow the same process. Call outs and counseling sessions are authorized by the chief of police or designee. 7. QUESTION: Would the City consider using telepsychology video conferencing to interview applicants /employees? ANSWER: Due to the nature of police work, this is not a viable option. 8. QUESTION: Can any language changes be made to the term & conditions or scope of work sections? ANSWER: Proposers desiring to modify language may do so in compliance with Section 2.21, Exceptions to RFP Specifications, of the RFP. 9. QUESTION: Will the changes be able to be made prior to award or after award is given? ANSWER: As mentioned in the ANSWER to QUESTION 8 in this Addendum 1, any and all modifications (including modifications to the PROFESSIONAL PSYCHOLOGIST SERVICE AGREEMENT) should be clearly defined as part of the Proposer's proposal. 10. QUESTION: Is this need for psychologist a part time or full time job? iii ANSWER: This is not a full -time job. See ANSWER to QUESTION 3 in this Addendum 1 for the approximate amount of time necessary to provide the services requested herein. 11. QUESTION: How many locations will the services be provided at [sic]? ANSWER: The psychologist will provide services at the psychologist's office, with the exception of the on -site services described in Section 3.3, J of the RFP. 12. QUESTION: Does the price submitted need to include travel and lodging? ANSWER: See the NOTE! in Section 3.6, Pricing which references the tab titled "3.6 Pricing" in the associated Excel file titled, "TechSolProfileQualPricingExc BI- 0149- 11.xlsx ". The note reads, "NOTE! Pricing shall include all costs of all equipment, office supplies and all other direct or indirect costs associated with your organization's provision of this service." This includes all travel and lodging. 13. QUESTION: Will only [one] vendor [be] awarded or will multiple vendors be awarded? ANSWER: As described in Section 1.2, B of the RFP, to one (1) Proposer." "The City intends to award one (1) contract "ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED" Paul Pierce Procurement Manager ACKNOWLEDGED BY: FIRM NAME AUTHORIZED SIGNATURE iv DATE PROPOSER SHALL SUBMIT TWO (2) IDENTICAL COPIES OF THIS SIGNED AND DATED ADDENDUM 1, IN PDF FORMAT, EACH ONE ON ONE COMPACT DISC OR FLASH (THUMB) DRIVE AS REQUIRED IN SECTION 4.1, D OF THE RFP. V CITY OF CORPUS CHRISTI, TEXAS B1- 0149 -11 Request for Proposal PROFESSIONAL PSYCHOLOGIST SERVICES Table of Contents Section 1 Notice of Request for Proposal 1.1 Request For Proposal 1.2 Submission of Proposal 1.3 Tentative Schedule 1.4 Acknowledgment Form Section 2 Conditions Governing the Procurement 2.1 Acceptance of General Requirements 2.2 RFP Notice Requirement 2.3 RFP Procedural and Content Questions 2.4 Basis for Proposal 2.5 Submission of Proposals 2.6 Proposal Terms and Conditions 2.7 Disclosure of Proposal Contents 2.8 Late Proposals . 2.9 Signing of Proposals 2.10 Cost of Proposal 2.11 Minority Business Enterprise Information Form 2.12 Disclosure of Interest 2.13 Ownership of Proposals 2.14 Disqualification or Rejection of Proposals 2.15 Rejection of Proposals 2.16 Right to Waive Irregularities 2.17 Withdrawal of Proposals 2.18 Amending of Proposals 219 Proposal Offer Firm 2.20 Proposer Qualifications 2.21 Exceptions to RFP Specifications 2.22 Consideration of Proposals 2.23 Termination of RFP 2.24 Service Agreement 2.25 Precedence of Contract Documents 2.26 Governing Law 2.27 No Obligation 2.28 Contract Deviations Vi 2.29 Sufficient Appropriation 2.30 Recommendation for Award 2.31 Award of Contract 2.32 Execution of Contract 2.33 Disputes 2.34 Change in Proposer's Representative 2.35 Term 2.36 Change Requests 2.37 Termination of Contract 2.38 Insurance Requirements 2.39 Right to Publish 2.40 Proposer's Ethical Behavior 2.41 Quantities Section 3 Scope of Work 3.1 General Information 3.2 Minimum Requirements 3.3 Service Requirements 3.4 Technical Solution 3.5 Proposer's Profile and Qualifications 3.6 Pricing 3.7 Exceptions Section 4 Proposal Format and Organization 4.1 General Instructions 4.2 Proposal Format 4.3 Transmittal Letter 4.4 Service Agreement 4.5 Table of Contents Section 5 Proposal Evaluation 5.1 Evaluation Committee 5.2 Evaluation Criteria Attachments SERVICE AGREEMENT (Contract) MINORITY BUSINESS ENTERPRISE INFORMATION FORM DISCLOSURE OF INTEREST vn CITY OF CORPUS CHRISTI, TEXAS BY- 0149 -11 PROFESSIONAL PSYCHOLOGIST SERVICES Section 1 Notice of Re guest for Proposal MINNERNMEM A. The City of Corpus Christi "City" hereby issues this request for proposal "RFP ". The City is seeking proposals from qualified Proposers for PROFESSIONAL PSYCHOLOGIST SERVICES. The City shall enter into a contract resulting herefrom for a period of three years with an option to extend for up to two additional one -year periods. B. The City hereby designates Paul Pierce as the Procurement Officer with overall responsibility for procurement and administration of this service. Mr. Pierce's information is as follows: Paul J. Pierce Procurement Manager City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Phone: (361) 826 -3164 Fax: (361) 826 -4374 paulp @cctexas.com D. All inquiries or requests regarding this RFP must be submitted, in writing, to the Procurement Officer as indicated above, or his duly authorized designee, as specified in writing. Other employees do not have the authority to respond for the City in writing and any attempt to question other employees regarding this RFP may result in the City disqualifying that Proposer. Only written responses from the Procurement Officer or his duly authorized designee will be binding with regard to inquiries requesting clarification or additional information. The Procurement Officer's or his duly authorized designee's written responses will be forwarded simultaneously to all prospective Proposers. A. The Proposer must submit two (2) identical copies of its proposal to the City. All proposals must be complete and accurate and in City approved format as specified in Section 4.1. B. The City will review and evaluate the written proposals in response to this RFP. The City may conduct additional interviews with selected Proposers for the purpose of further exploring and clarifying the Proposer's response. The City will rank the Proposers based on the suggested evaluation criteria set forth in the Evaluation Model of this RFP. The City will then negotiate 1 applicable terms and conditions into the final form of the Contract with the first - ranked Proposer. If contract negotiations are not successful with the selected Proposer, the City will begin negotiations with the next highest ranked Proposer on the list. The City intends to award one (1) contract to one (1) Proposer. The City reserves the right to not award a contract at all. Award will be made based on the best value to the City. C. Proposals will be evaluated to ascertain which Proposer best meets the needs of the City. The City intends to utilize .an Evaluation Model specifically designed for this analysis. The evaluation and selection process will be based on: 1) Technical Solution, 2) Proposer's Profile and Qualifications, 3) Pricing and 4) Exceptions. The final weight assigned to each of these parameters will be determined by the Evaluation Committee. D. Proposals should be returned in a sealed envelope /container marked with the Proposer's name, address and the RFP number corresponding to this RFP. Proposals will be received through the date and time specified in Section 1.3 of this RFP. Without exception, proposals received after this deadline are late, shall be deemed non - responsive and will not be considered. E. Proposers may mail proposals, (2 identical copies as specified in Section 4.1 of this RFP) to the following address: City of Corpus Christi Purchasing Division P.O. Box 9277 Corpus Christi, Texas 78469 -9277 OR, Proposers may deliver the Proposal (2 identical copies as specified in Section 4.1 of this RFP) in person or via third -party courier to the following address: City of Corpus Christi Purchasing Division 4` Floor, City Hall 1201 Leopard St. Corpus Christi, Texas 78401 -2825 F. Delivery to or receipt in any other area of the City will not satisfy the requirement for delivery to the Purchasing Division. G. Proposers shall comply with the additional detailed instructions regarding submission of proposals found in Section 4 of this RFP. The following is the schedule for this procurement: Date Activi May 13, 2011 Request for Proposal issued May 25, 2011 5:00 p.m. Central Time (CT) deadline for submission of: 1) written questions In order to be provided with timely notice of updates via any addenda that may be issued, Proposer should submit the Acknowledgment of Receipt and Notice of Intent to Submit Pro osal by this time. June 13, 2011 Due Date for Proposals: Proposals due by 5:00 p.m. CT 2 July 19, 2011 Projected Date of Award of Contract by City Council July 26, 2011 Projected Alternate Date of Award of Contract by City Council It is important that the City is able to verify prospective Proposers' receipt of this RFP. The following ACKNOWLEDGMENT OF RECEIPT AND NOTICE OF INTENT TO SUBNIIT PROPOSAL ( "NOTICE ") must be completed and returned as soon as possible, but no later than the date and time specified in Section 1.3 above. Failure to return said Notice by this deadline may prevent a prospective Proposer from receiving amendments, responses to questions, etc. THIS SECTION INTENTIONALLY LEFT BLANK ACKNOWLEDGMENT OF RECEIPT AND NOTICE OF INTENT TO SUBMIT PROPOSAL REQUEST FOR PROPOSAL BI- 0149 -11 PROFESSIONAL PSYCHOLOGIST SERVICES In acknowledgment of receipt of this RFP, the undersigned agrees that a complete copy of this RFP has been received and offers notice of their intent to submit a proposal(s) to provide PROFESSIONAL PSYCHOLOGIST SERVICES described in this RFP. This ACKNOWLEDGMENT OF RECEIPT AND NOTICE OF INTENT TO SUBMIT PROPOSALS in response to this RFP should be signed by an authorized representative and returned to the Procurement Officer no later than the date and time specified in Section 1.3 of this RFP. This will assure that any addenda, additional information and written answers to written questions will be forwarded to you. Proposers who choose to mail this form should send it by registered or certified U.S. mail to the address set forth in Section 1.1 on page 1 of this RFP, or fax to (361) 826 -3174 Attention: Paul Pierce, Procurement Manager or by email to naulp @cctexas.com Facsimile and e-mail service are provided as a courtesy to Proposers, however, the City assumes no responsibility for documents transmitted via facsimile or e-mail that are not received by the Procurement Officer in a timely manner. The person named herein shall also serve as the contact person who must be available, with little or no notice, to answer questions posed by the Evaluation Committee during the evaluation process and represent the Proposer in negotiations with the City. COMPANY NAME: REPRESENTED BY: NAME: TITLE: ADDRESS: CITY /STATE(ZIP CODE: SIGNATURE: DATE: E -MAIL: FACSIMILE #: TELEPHONE #: 4 Section 2 Conditions Governin the Procurement The Proposer must specifically accept all project requirements contained in Section 2, Conditions Governing the Procurement, and Section 3, Scope of Work, in the transmittal letter as set forth in Section 4.3 of this RFP. Notice of the RFP shall be published in the Corpus Christi Caller Times once a week for two consecutive weeks. The date of the first publication will be at least fourteen (14) days prior to the proposal due date. A. Any Proposer requiring further clarification of the RFP procedures contained herein should submit specific questions in writing to the Procurement Officer at the address set out in Section 1.1 of this RFP. B. During a review of this RFP and preparation of the proposal, certain errors, omissions or ambiguities may be discovered. If so, or if there are doubts or concerns about the meaning of any part of this RFP, written questions should be submitted to the Procurement Officer at the address set out in Section 1.1 of this RFP no later than the date and time prescribed for same as provided in Section 1.3 of this RFP. This should allow sufficient time for the City to answer the written questions and distribute the written responses so that all prospective Proposers will have the benefit of the revised information. Only the information contained in this RFP, amendments hereto and information supplied by the City in writing through the Procurement Officer identified herein should be used in the preparation of the Proposer's proposal(s). Proposals must be sent to the City in a sealed envelope /container marked with the Proposer's name, address and bid number BI- 0149 -11. The proposals shall be received until the date and time specified for same in Section 1.3 of this RFP. Proposals must be mailed or delivered in accordance with the instructions and to the addresses set out in Section 1.2 of this RFP. By means of time stamp, the Purchasing Division will record receipt of the proposal and forward it to the Procurement Officer. The official time for the closing of this RFP is specified in Section 1.3 of this RFP and shall be determined per the Purchasing Division's date /time stamp. A formal opening of the proposals shall not take place. The Proposer must submit, with each copy of the proposal, a complete set of any additional terms and conditions proposed for inclusion in the sample Service Agreement (also referred to herein as "Contract ") enclosed herein. Proposals will be opened in a manner that avoids disclosure of the contents to competing Proposers and keeps the proposals secret during negotiations. All proposals are open for public inspection after the. contract(s) are awarded; however, trade secrets and confidential information in the proposals are not open for public inspection. It is specifically provided, however, that each Proposer must identify any information contained in its proposal which it asserts is either a trade secret or confidential information. Such material must be conspicuously identified by marking each page containing such information as "confidential" or "proprietary ". If such material is not conspicuously identified, then by submitting its proposal, a Proposer agrees that such material shall be considered public information. Without exception, proposals must be submitted in sufficient time to be received and date /time stamped in the Purchasing Division on or before the deadline specified in Section 1.3. Any proposal received after the time and date specified in Section 1.3 is late and shall not be considered. ININNEREMM By submitting and signing a proposal, the Proposer indicates its intention to adhere to the provisions described in this RFP. Proposals signed for a partnership shall be signed in the Proposer's name by at least one general partner or in the Proposer's name by an attorney -in -fact. If signed by an attorney -in- fact, there should be attached to the proposal, a Power-of-Attorney evidencing authority to sign proposals, dated the same date as the proposal, and executed in accordance with the legal requirements of the Proposer. Proposals signed for a corporation shall have the correct corporate name thereon and shall bear the president's or vice president's original signature with the name and title written below the corporate name. Any other signature must be accompanied by a resolution of the Board of Directors authorizing such signature to contract in the corporation's name. The title of the office held by the person signing for the corporation shall appear below the signature of the officer. This RFP does not commit the City to pay any costs incurred by a Proposer for preparation and/or submission of a proposal or for procuring or contracting for the items to be furnished under this RFP. All costs directly or indirectly related to preparing and responding to this RFP, including all costs incurred for supplementary documentation, shall be borne solely by the Proposer. The City requires all persons or Proposers seeking to do business with the City to provide the Minority Business Enterprise Information Form on the City- supplied form included herewith. Every question must be answered. If the question is not applicable, answer with N /A. The City of Corpus Christi Code of Ordinances, Section 2 -349, as amended, requires all persons or Proposers seeking to do business with the City to provide the Disclosure of Interest information on the City - supplied form included herewith. Every question must be answered. If the question is not applicable, answer with N /A. Proposers are obligated to provide updated information concerning the disclosure of interest, as warranted, for the duration of time the proposals are under consideration. All documents submitted in response to this RFP shall become the property of the City. Proposers may be disqualified for any of the following reasons: 1. There is reason to believe that collusion exists among the Proposers; 2. The Proposer is involved in any litigation against the City; 3. The Proposer is in arrears on an existing contract or has defaulted on previous contracts with the City; 4. The Proposer lacks financial stability; 5. The Proposer has failed to perform under previous or present contracts with the City; 6 6. The Proposer has failed to use the City's approved forms; 7. The Proposer has failed to adhere to one or more of the provisions established in this RFP; 8. The Proposer has failed to submit its Proposal in the format specified herein; 9. The Proposer has failed to submit its Proposal on or before the deadline established herein; 10. The Proposer has failed to adhere to generally accepted ethical and professional principles during the Proposal process; or, 11. The Proposer has failed to provide a detailed cost summary in the proposal. am Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled -for alternate proposals, incomplete proposals, erasures or irregularities of any kind. Proposals tendered or delivered after the official time designated for receipt of proposals shall be deemed non - responsive and shall not be considered. RUNIMINEREMM Proposals shall be considered "irregular" if they show any admissions, alterations of form, additions or conditions not called for, unauthorized alternate proposals or irregularities of any kind. The Procurement Officer reserves the right to waive minor irregularities and mandatory requirements, provided that all responsive proposals failed to meet the same mandatory requirements and the failure to do so does not otherwise materially affect the procurement. This right shall be exercised at the sole discretion of the Procurement Officer. Proposals may be withdrawn by written notice received by the City's Purchasing Division prior to the exact hour and date specified for receipt of proposals. A proposal may be withdrawn (in person) by a Proposer or his/her duly authorized representative, provided his/her identity is made known and he/she signs a receipt for the proposal, but only if the withdrawal is made prior to the exact hour and date set for the receipt of proposals. A Proposer may submit an amended proposal, however, such amended proposal must be received prior to the exact hour and date set for the receipt of proposals; must be a complete replacement of a previously submitted proposal; and, such amended proposal must be clearly identified as such in the transmittal letter. The City will not merge, collate or assemble proposal materials for a Proposer. By submission of its proposal, the Proposer affirms that its proposal is firm for one hundred eighty (180) days after the due date for receipt of proposals. The .Evaluation Committee "Committee", as defined in Section 5.1 of this RFP, may make such investigations as necessary to determine the ability of the Proposer to adhere to the requirements specified herein. The Procurement Officer will reject the proposal of any Proposer who is not a responsible Proposer. Although the specifications in the following sections represent the City's anticipated needs, there may be instances in which it is in the City's best interest to permit exceptions to specifications and evaluate alternatives. It is vital that the Proposer make very clear where exceptions are taken to the specifications and how the Proposer will provide alternatives. Therefore, exceptions, conditions or qualifications to the provisions of the City's specifications must he clearly identified as such, together with reasons _for taking exception and inserted in the proposal at 7 that point. In addition, the Proposer must provide responses in the "Exceptions" tab in the associated Excel file titled, "TechSo1Profi1eQua1PricingExc BI- 0149- 11.xlsx" to address any and all items found in all bid documents that the Proposer cannot meet or provide. If the Proposer does not make clear that an exception is being taken, the City will assume the Proposer is, in its proposa4 responding to and will meet the specifications of this RFP. RNMENNOMMIM Discussions may be conducted with responsible Proposers qualified to be selected for award for the purpose of clarification to assure full understanding of and responsiveness to the solicitation requirements. In discussions, there shall not be disclosure of any information derived from proposals submitted by competing Proposers. Until award of the Contract is made by the City, the City reserves the right to reject any or all proposals, to waive technicalities, to re- advertise for new proposals or to proceed with the work in any manner as may be considered in the best interest of the City. Should the City require clarification from the Proposer, the City shall contact the individual named in the ACKNOWLEDGMENT OF RECEIPT AND NOTICE OF INTENT TO SUBMIT PROPOSAL. Evaluation of the proposal is the first step in a series of evaluation steps that will be conducted by the Committee. The City may elect to conduct post - submission reference checks or Proposer interviews with any Proposers that are not eliminated based on their proposal. The City reserves the right to cancel this RFP at any time. The City reserves the right to reject any or all proposals submitted in response to this RFP. The fully executed service agreement, as amended, the RFP, as clarified via addenda; and the proposal, as may be clarified in writing, constitute the agreement, in its entirety, between the City and the Contractor. Any other terms and conditions shall be null and void. In case of a conflict in the contract documents, first precedence shall be given to the fully executed contract, as amended; second precedence will be given to the RFP, including addenda and third precedence will be give to the proposal. The laws of the State of Texas will govern any Contract resulting herefrom. The contract shall be executed in Nueces County, Texas. The applicable law for legal disputes arising out of the Contract resulting herefrom shall be the law of the State of Texas. This RFP in no manner obligates the City or any of its agencies to the eventual services offered until confirmed by an executed written Contract. Any additional terms or conditions, which may be the subject of negotiation, will be discussed only between the City and the qualified Proposers. 1100MMENEM Any contract awarded as a result of this RFP process may be terminated if sufficient appropriations or authorizations do not exist. Such termination will be effected by sending written notice to the Contractor. The City's decision as to whether sufficient appropriations and authorizations are available shall be accepted by the Proposer as final. p City Staff will recommend to the City Manager that award be made to the Proposer(s) whose proposal is determined by the City to be the most advantageous (`Best Value ") to the City. The City reserves the right to withhold final action on proposals for a reasonable time not to exceed one hundred eighty (180) days subsequent to the deadline for receipt of proposals. The award of a Contract(s), if an award is made, will be to the most responsible and responsive Proposer(s) that give the City `Best Value" and whose proposals meet the requirements and criteria set forth in this RFP. The City Manager or his designee shall authorize award of the Contract to the successful Proposer(s) and shall designate the successful Proposer(s) ( "Contractor ") as the City's Provider(s). The City will require the Contractor(s) to sign the documents necessary to enter into the required Contract with the City and to provide the necessary evidence of insurance as required in the Contract documents. No Contract for this project may be signed by the City without the authorization. of the City Manager and no Contract shall be binding on the City unless and until it has been approved as to form by the City Attorney or his designee, and executed by the City Manager or his designee. In the case of any doubt or difference of opinion with regard to the items to be furnished by a Proposer or the interpretation of the provisions of this RFP, the decisions of the City shall be final and binding upon all parties. The City reserves the right to negotiate a change in Proposer's representatives if the assigned representatives are not, in the opinion of the City, adequately meeting the needs of the City. The service agreement (also referred to herein as "Contract ") will be for a term of three years with an option to extend for up to two additional one -year periods, subject to the approval of the City Manager or his designee. By submission of its proposal, the Proposer agrees that the pricing quoted in its proposal is fixed and firm for the duration of the initial one -year term of the service agreement and the two additional one -year optional extension periods. Contract changes may only be made by an amendment to the Contract and executed in writing by the City and the Contractor and approved by the City Manager or his designee. A. The City Manager may terminate the Contract for Contractor's failure to perform the services specified in this RFP. Failure to keep all insurance policies in force for the entire term of the Contract is grounds for termination. The Contract Administrator must give Contractor written notice of same and provide Contractor a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate the Contract immediately thereafter. Alternatively, City may terminate the Contract, with or without cause, upon twenty (20) days' advance written notice to Contractor. However, City may terminate the Contract on 24- hours' advance written notice to Contractor for failure to pay or provide proof of payment of taxes as set out herein. B. If the City terminates its Contract under the foregoing paragraph, the City shall pay the Contractor for services actually performed prior to such termination, less such payments as have been previously made. Contractor shall not be entitled to any further compensation for work performed by the 9 Contractor or anyone under its control or direction from the date of receipt of notice of cancellation including any and all costs related to the transferring of any files to another Contractor or any costs related to the electronic transfer of any information including, but not limited to, tape transfers, downloads, uploads, CD, etc. C. Upon termination of the Contract, the Contractor shall provide the City reproducible copies of all work completed or partially completed documents prepared under the Contract — all such documents thereinafter being the sole property of the City within thirty (30) days of such termination at the Contractor's expense. PROFESSIONAL PSYCHOLOGIST'S LIABILITY INSURANCE A. Psychologist must not commence work under the Contract until all insurance required herein have been obtained and the City has approved such insurance. Psychologist must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been obtained. B. Psychologist must furnish to the City's Risk Manager, two (2) copies of Certificates of Insurance with applicable policy endorsements, showing the following minimum coverage by insurance company(s) acceptable to the City's Risk Manager. The City of Corpus Christ must be named as an additional insured for the General Liability policy and a waiver of subrogation in favor of the City is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day written notice of cancellation is required on all certificates with applicable Bodily Injury and Property Damage p olicy endorsements Per - occurrence ngregate COMMERCIAL GENERAL LIABILITY $500,000 COMBINED SINGLE LIMIT per including: occurrence/ $1,000,000 aggregate 1. Commercial Form 2. Premises — Operations 3. Products/ Completed Operations Hazard 4. Contractual Liability Applicable if employs anyone other than WORKERS' COMPENSATION himself Which complies with the Texas Workers' Compensation Act and Section II of this exhibit EMPLOYERS' LIABILITY $500,0001$500,000 /$500,000 PROFESSIONAL LIABILITY including: $1,000,000 per claim / $2,000,000 aggregate Coverage provided must cover officers, directors, (Defense costs not included in face value of the employees and agents policy) 1. ERRORS and OMISSIONS If claims made policy, retro date must be prior to 2. MEDICAL MALPRACTICE inception of Contract; have extended reporting period provisions and identify any limitations regarding who is an Insured In the event of accidents of any kind, Psychologist must furnish the Risk Manager with copies of all reports of such accidents within 10 days of any accident. 10 C. Applicable for paid employees: Psychologist must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy with endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. D. Psychologist's financial integrity is of interest to the City; therefore, subject to Psychologists right to maintain reasonable deductibles in such amounts as are approved by the City, Psychologist shall obtain and maintain in full force and effect for the duration of the Contract, and any extension hereof, at Psychologist's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. E. The City shall be entitled., upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Psychologist shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Psychologist shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 75469 -9277 (361) 826 -4555- Fax # F. Psychologist agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1. Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability polices; 2. Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; 3. Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and 4. Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non - renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium.. G. Within five (5) calendar days of a suspension, cancellation, or non - renewal of coverage, Psychologist shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Psychologist's performance should there be a lapse in coverage at any time 11 during the Contract. Failure to provide and to maintain the required insurance shall constitute a material breach of the Contract. H. In addition to any other remedies the City may have upon Psychologist's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Psychologist to stop work hereunder, and/or withhold any payment(s) which become due to Psychologist hereunder until Psychologist demonstrates compliance with the requirements hereof. I. Nothing herein contained shall be construed as limiting in any way the extent to which Psychologist may be held responsible for payments of damages to persons or property resulting from Psychologist's or its subcontractor's performance of the work covered under the Contract. J. It is agreed that Psychologist's insurance shall be deemed primary and non- contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under the Contract. K. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in the Contract. Throughout the duration of the procurement process and resulting Contract term, potential Proposers and Contractors must secure from the City written approval prior to the release of any information that pertains to the potential work or activities covered by the RFP or the resulting Contract. Failure to adhere to this requirement may result in disqualification of the Proposer's proposal or termination of the Contract. By submission of its proposal, the Proposer promises that Proposer's officers, employees, or agents will not attempt to lobby or influence a vote or recommendation related to the Proposer's proposal submitted in response to this RFP, directly or indirectly, through any contact with City Council members or other City officials between the deadline for submission of proposals and the date a contract resulting herefrom is awarded by the City Manager. Such behavior will be cause for rejection of the Proposer's proposal at the discretion of the City Manager or his designee. Quantities described herein are estimates and do not obligate the City to order or accept more than the City's actual requirements during the term of any contract, nor do the estimates limit the City to ordering less than its actual needs during the term of any contract resulting herefrom, subject to availability of appropriated funds. Section 3 Scope of Work A. The City is interested in receiving proposals from qualified proposers to perform a variety of psychological services for the following departments: 1. Police Department - police officers, forensic services civilian personnel, 9 -1 -1 dispatchers, SWAT team members, peer counselors and hostage negotiators. 12 2. Fire Department —Firefighters 3. Airport — Public Safety Officers See tab titled "3.2 Minimum Requirements" in the associated Excel file titled, "TechSolProfileQualPricingExc BI- 0149- 11.xlsx ". Answers to all questions shall be placed in the spaces provided therefor in the Excel Spreadsheet and as described in Section 4. 1, D, 2 of the RFP. See tab titled "3.3 Service Requirements" in the associated Excel file titled, "TechSolProfileQualPricingExc BI- 0149- 11.xlsx ". Answers to all questions shall be placed in the spaces provided therefor in the Excel Spreadsheet and as described in Section 4.1, D, 2 of the RFP. See tab titled "3.4 Technical Solution" in the associated Excel file titled, "TechSolProfileQualPricingExc BI- 0149- 11.xlsx ". Answers to all questions shall be placed in the spaces provided therefor in the Excel Spreadsheet and as described in Section 4. 1, D, 2 of the RFP. See tab titled " 3.5 Profile & Qual." in the associated Excel file titled, "TechSolProfileQualPricingExc BI- 0149-1I.xlsx". Answers to all questions shall be placed in the spaces provided therefor in the Excel Spreadsheet and as described in Section 4. 1, D, 2 of the RFP. See'tab titled "3.6 Pricing" in the associated Excel file titled, "TechSolProfileQualPricingExc BI -0149- ll.xlsx". Answers to all questions shall be placed in the spaces provided therefor in the Excel Spreadsheet and as described in Section 41, D, 2 of the RFP. See tab titled "3.7 Exceptions" in the associated Excel file titled, "TechSolProfileQualPricingExc 131- 0149- 11.xlsx ". All Exceptions must be placed in this tab in the Excel Spreadsheet and as described in Section 4.1, D, 2 of the RFP. Section 4 Proposal Format and Organization This section provides specific instructions on format and organization of the proposal to be submitted by the Proposer. Each Proposer may submit only one proposal in a totally self - supporting format without reference to any other proposal(s). A. To provide for ease and uniformity and to aid in the evaluation of proposals, Proposers shall comply with the sequence outlined herein. IN NUMBERING PROPOSALS, THE PROPOSER SHALL USE THE SAME SECTION NUMBERS AND TITLES AND SHALL PROVIDE ITS RESPONSES IN THE SAME ORDER AS EACH QUESTION IS NUMBERED AND ORDERED HEREIN. Failure to comply may result in rejection of the proposal. The proposal shall be completed in sections, which are described below. 13 B. Proposers should be aware that all technical and operational specifications, equipment descriptions and marketing material submitted or made available will be incorporated by reference into any contract(s) resulting herefrom. The City discourages the inclusion of general marketing material or equipment manuals unless they are used to provide specific information or specifically requested by the City. This information may be submitted under separate cover from the proposal. C. The Proposer shall provide two (2) identical copies of its proposal (as specified in Section 4.1 of this RFP) to the location specified in Section 1.2 on or before the closing date and time for receipt of proposals. Proposals transmitted orally, telephonically, via e-mail or facsimile shall not be considered. D. Proposer shall submit TWO (2) identical copies of its proposal, each on one compact disc or flash (thumb) drive, as follows: 1. Although Proposers are not required to submit Sections 1, 2, 4 or 5 of this RFP in their proposal, if Proposer wishes to confirm, acknowledge, comment on or amend any item in these sections, the Proposer may do so and submit same in an UNPROTECTED Microsoft Word format (with the exception of those pages containing electronic signatures). Any other format is not acceptable; 2. Section 3 in the Excel Spreadsheet provided by the City AND SHALL BE UNPROTECTED. 3. Should Proposer desire to include any additional material, Proposer shall submit such material electronically as described in this section and make every effort to ensure the electronic format of such material is such that the information contained therein can be copied and pasted into an Excel format. Please refer to the following web page for an electronic version of the RFP and Excel p: d spreadsheet: htt www. cctexas .com /AUrehas�n�ladmin/webrpt bidscurrent.cfm NOTE! FAILURE TO SUBMIT YOUR PROPOSAL IN THE ELECTRONIC FORMAT REQUIRED IN SECTION 4.1., D ABOVE, WILL RESULT IN YOUR PROPOSAL BEING: 14 1. DEEMED NON - RESPONSIVE AND 2. ELIMINATED FROM CONSIDERATION. Note! The Proposer's entire proposal shall be submitted in electronic format as described above. Proposer shall not submit any portion of its proposal, on paper. KNEREffmo A. This section outlines the minimum requirements for preparation and presentation of a proposal. B. The Proposer shall define the capabilities of their organization to supply and maintain the services as requested in this RFP. The response should be specific and complete in every detail and prepared in a simple and straightforward manner. C. Proposers are expected to examine the entire RFP including all specifications, standard provisions, instructions and attachments. Failure to do so will be at the Proposer's risk. Proposers should provide their best pricing for each type of service. The transmittal letter shall be the first item in your proposal and shall indicate the intention of the Proposer to adhere to the provisions described in the RFP without modification. The transmittal letter SHALL: 1. Be presented on company letterhead; 2. Identify the submitting organization; 3. Acknowledge receipt of any addenda to this RFP; 4. Reference the City of Corpus Christi's Minority Business Enterprise Information Form and Disclosure of Interest Form which have been completed and follow the Table of Contents in the order listed herein and, 5. Identify, by name and title, and be signed by the person authorized by the organization to obligate the organization contractually. With the exception of certain service - specific information which may be modified by mutual agreement between the City and the Proposer prior to final execution of the Contract, the final PROFESSIONAL PSYCHOLOGIST SERVICES AGREEMENT will conform to the PROFESSIONAL PSYCHOLOGIST SERVICES AGREEMENT included in this RFP. Therefore, as part of its proposal, the Proposer shall include the completed, signed and dated PROFESSIONAL PSYCHOLOGIST SERVICES AGREEMENT immediately after the Disclosure of Interest Form and before the proposal. A table of contents listing titles, sections and major sub - sections shall follow the Transmittal Letter referenced above. All pages shall have a unique identifier and be numbered sequentially within each section. Section 5 Proposal Evaluation 15 The City will conduct a comprehensive, fair and impartial evaluation of all proposals received in response to this RFP. Each proposal will first be analyzed to determine overall responsiveness and completeness as defined in Section 4 Proposal Format and Organization, and Section 5.2 Evaluation Criteria. Failure to comply with the instructions or submission of a proposal that does not satisfy Sections 4 and 5.2 may result in the proposal being deemed non - responsive and may, at the discretion of the Committee, as defined in Section 5.1 below, result in the proposal being eliminated from further consideration. An Evaluation Committee ( "Committee ") will be established to assist the City in the selection of a qualified Proposer. The Committee is comprised of representatives from various using departments. The Committee will determine the responsiveness and acceptability of each proposal. The Committee will then engage in a detailed review of each proposal to evaluate the response in relation to the four (4) major evaluation factors identified in Section 5.2. A. The proposal evaluation and selection process will be based on the following criteria: 1) Technical Solution, 2) Proposer's Profile & Qualifications, 3) Pricing and 4) Exceptions. The final weight assigned to each of these parameters will be determined by the Committee and will be within the ranges for each criterion as indicated below. Some of the criteria contained within this model may look similar to the following Proposed Evaluation Model. Each Proposer shall provide detailed responses including reference to any existing "in- house" procedures, policies, etc. as they reference all requirements of this RFP. In determining "Best Value ", the Committee will evaluate the entire proposal, including, but not limited to, the criteria enumerated in Sections 3.4, 3.5, 3.6 and 3.7 of this RFP.. Technical Proposer's Profile Pricing Exceptions Total Solution & Qualifications (Section 3.4) (Section 3.5) (Section 3.6) (Section 3.7) 10 -30% 20 -35 % 40 -50% 0 -10% 100% f B. The Committee shall determine the final percentage assigned to each proposed evaluation criterion. In no case shall the percentage assigned to each criterion be less than or greater than the stated minimum or maximum, respectively. The sum of the final percentages for all criteria shall equal 100 %. C. The Proposer's failure to provide information relative to the above criteria may result in the City deeming such proposal non - responsive and may, at the sole discretion of the Committee, as defined in the paragraphs above, result in elimination of said proposal from further consideration. The Committee reserves the right to conduct other evaluation and measurements of the proposals as may be necessary to make an informed decision. 16 11 .,. f SERVICE AGREEMENT No. THIS PROFESSIONAL PSYCHOLOGIST SERVICES AGREEMENT (this "Agreement ") is entered into by and between (the "Contractor ") and the City of Corpus Christi, a Texas home -rule municipal corporation (the "City ") effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide PROFESSIONAL PSYCHOLOGIST SERVICES in response to Request for Proposal No. BI- 0149 -11, which is incorporated by reference and attached hereto as Exhibit A; WHEREAS the City has determined Contractor to be the most advantageous Proposer; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: I. Services. Contractor will provide PROFESSIONAL PSYCHOLOGIST SERVICES in accordance with Request for Proposal No. BI- 01.49 -11, which is incorporated by reference and attached hereto as Exhibit A. 2. Fee for Services. The City agrees to pay the Contractor those fees mutually agreed to between both parties as follows: THIS SECTION TO BE COMPLETED AS PART OF PROCUREMENT/NEGOTIATION PROCESS. Fees are fixed and firm for the duration of the initial three -year contract and for each of the two one -year extension options. 3. Term. This Agreement is for three years, commencing on the date signed by the last signatory hereto. The term includes an option to extend for up to two additional twelve -month periods subject to the approval of the Contractor and the City Manager or his designee ( "City Manager ".) 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement including deductions for non - performance and authorizations for payment. All of Contractor's notices or communications regarding this Agreement must be directed to the Contract Administrator, who is the Chief of Police. 5. Independent Contractor. Contractor will perform the services hereunder as an independent contractor and will furnish such services in its own manner and method, and under no circumstances or conditions may any agent, servant, or employee of Contractor be considered as an employee of the City. 6. Insurance. Before activities can begin under this Agreement, Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages to the Contract Administrator. Additionally, the Certificate must state that the Contract Administrator will be given at least thirty (34) days' advance written notice of cancellation, material change in the coverages, or intent not to renew any of the policies by certified mail. The City must be named as an Additional Insured. The City Attorney must be given copies of all insurance policies within fifteen (15) days of the City Manager's written request. Insurance requirements are incorporated herein in Request for Proposal 17 No. BI- 0149 -11, which is incorporated herein as Exhibit A, and may be revised annually by the City Manager upon thirty (30) days' advance written notice to Contractor. 7. Assignment. No assignment of this Agreement or any right or interest therein by Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. S. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City, which fiscal year ends on July 31 annually, is subject to appropriations and budget approval providing for such contract item as an expenditure in that budget. The City does not represent that the budget item will be actually adopted, that determination is within the sole discretion of the City Council at the time of adoption of each budget. 9. Waiver. No waiver of any breach of any terra or condition of this Agreement or Contractor's bid offer to Request for Proposal No. BI- 0149 -11 waives any subsequent breach of the same. 10. Compliance with Laws. This Agreement is subject to all federal laws and laws of the State of Texas. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and the venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 11. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, Contractor must obtain prior written approval from the Contract Administrator In using subcontractors, Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 12. Amendments. This Agreement may be amended only by written agreement signed by duly authorized representatives of the parties hereto. 13. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified in Request for Proposal No. BI- 0149 -11. Failure to keep all insurance policies in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give Contractor at least 5 work -days' advance written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. Alternatively, City may terminate this Agreement, with or without cause, upon twenty (20) days' advance written notice to Contractor. However, City may terminate this Agreement on 24- hours' advance written notice to Contractor for failure to pay or provide proof of payment of taxes as set out in Section 14 of this Agreement. 14. Taxes. Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes, and all other related taxes according to Circular E Employer's Tax Guide, publication 15, as it may be amended. Contractor must provide proof of payment of these taxes within thirty (30) days after City Manager's written request therefore. Failure to pay or provide proof of payment is grounds for the City Manager to terminate this Agreement after providing 24 hours' advance written notice to Contractor. 18 15. Drug Policy. Contractor must adopt a Drug Free Workplace and drug testing policy that substantially conforms to the City's policy. The City has a zero - tolerance drug testing policy. 16. Violence Policy. Contractor must adopt a Violence in the Workplace policy that substantially conforms to the City's policy. The City has a zero - tolerance Violence in the Workplace policy. 17. Notice. Notice may be given by fax, hand delivery or certified mail, postage prepaid, and is deemed received on the day faxed or hand - delivered or on the third day after deposit in the U.S. Mail, if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Mayor of Corpus Christi P. O. Box 9277 Corpus Christi, Texas 78469 -9277 Fax No.: 361 -826 -3103 IF TO CONTRACTOR: Contractor Name: Contact Person: Address: City, State, Zip: Fax No.. 18. Month -to -Month Extension. If the City has not completed the procurement process and awarded a new PROFESSIONAL PSYCHOLOGIST SERVICES contract upon the expiration of this Agreement, then Contractor must continue to provide services under this Agreement, at its then- current fee under the term of this Agreement, on a month -to -month basis until a new contract is awarded by Council. This Agreement automatically expires on the effective date of a new contract; the Contract Administrator will provide written notice of the effective date of the new contract to Contractor. 19. Indemnification. CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY AND ITS OFFICERS, EMPLOYEES AND AGENTS (INDEMNITEES) FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTING NEGLIGENCE OF INDEMNITEES, BUT NOT BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR GROUP. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO INDEMNITEES AND PAY ALL CHARGES OF ATTORNEY AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. 19 20. Severability. Each provision of the Agreement shall be considered to be severable and, if, for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or future applicable law, such invalidity shall not impair the operation of or affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part thereof had been omitted. SIGNED this day of , 2011. Contractor: Signature Name: Title: CITY OF CORPUS CHRISTI Michael Barrera Assistant Director of Financial Services APPROVED THIS DAY OF , 2011. CARLOS VALDEZ, CITY ATTORNEY LE Brian Narvaez, Assistant City Attorney Incorporated by Reference: Exhibit A: Request for Proposal No. BI- 0149 -11 Exhibit B: Proposer's Proposal 20 CITY OF CORPUS CHRISTI FINANCE DEPARTMENT / PURCHASING DIVISION MINORITY BUSINESS ENTERPRISE INFORMATION FORM THIS FORM MUST BE SUBMITTED ALONG WITH BID PLEASE INDICATE WHETHER THE COMPANY IS A CERTIFIED MINORITY BUSINESS. EXAMPLES OF CERTIFICATIONS RECOGNIZED BY THE CITY INCLUDE: ❑ YES ❑ NO - CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS (HUB) Select all that are appropriate: ❑ ASIAN PACIFIC ❑ BLACK ❑ HISPANIC ❑ NATIVE AMERICAN ❑ WOMAN Please visit the following website for information on becoming a Certified HUB: ht ip:// www, window.state.tk.us /T)rocurement/pro /g hub/ ❑ YES ❑ NO - LOCAL SMALL BUSINESS (LSB) A for -profit entity employing less than 49 employees located within the City limits of Corpus Christi, Texas ❑YES ❑ NO OTHER (PLEASE SPECIFY): ❑ THIS COMPANY IS NOT A CERTIFIED HUB or LSB THE ABOVE MINORITY BUSINESS INFORMATION IS REQUESTED FOR STATISTICAL AND TRACKING PURPOSES AND WILL NOT INFLUENCE THE AMOUNT OF EXPENDITURES THE CITY WILL MAKE WITH ANY GIVEN COMPANY. BID INVITATION NO: BI- - Firm Name: Address: City State: Zip: Signature of Person Authorized to Sign Form Signer's Name: (Please print or type) 21 Telephone: - - Ext. Fax: - - E -mail: Date: Title: r - - -- City t7 SUPPLIER NUMBER Corpus BE ASSIGNED PRCFiASING Chr� stl DrV$ ION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: STATE: ZIP: - FIRM IS: 1. Corporation ❑ 2. Partnership ❑ 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)] 22 CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: (Type or Print) Signature of Certifying Person: Title: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non- profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 23 Date: ------ r.I ..... EXJfX BIL r 6 <<e,44 Section 3.2 MINIMUM REQUIREMENTS DESCRIPTION Question Yes or No If Yes, Provide Explanation A. In the last five years, has the City terminated any agreement with your organization, either for or not for cause, breach or default? B. Is your organization currently involved in litigation with the City or, in the last five years, has your organization been involved in litigation with the City? If so, please provide cause numbers, dates and final disposition of each. C. Has Proposer submitted its proposal on TWO compact discs or flash (thumb) drives as follows: 1. Although Proposers are not required to submit Sections 1, 2, 4 or 5 of this RFP in their proposal, if Proposer wishes to confirm, acknowledge, comment on or amend any item in these sections, the Proposer may do so and submit same in an UNPROTECTED Microsoft Ward format (with the exception of those pages containing electronic signatures, any other format is not acceptable); 2. Section 3 in the Excel Spreadsheet provided by the City (shall be in UNPROTECTED format). NOTE! FAILURE TO SUBMIT YOUR PROPOSAL IN THE ELECTRONIC FORMAT REQUIRED IN SECTION 4.1, D OF THE RFP, WILL RESULT IN YOUR PROPOSAL BEING: 1. DEEMED NON - RESPONSIVE AND 2. ELIMINATED FROM CONSIDERATION. Notice: All questions must be answered. Please refrain from responding with a phrase such as "cannot provide at this time or will provide at a later date if selected, etc." The reviewer will consider these answers non- responsive to the question. All responses must be made within the designated cell($) of the worksheet provided. Section 3.3 REQUIREMENTS DESCRIPTION Question C = Comply; N = Do Not Comply; D = Comply with Deviations C /WD Explanation A. The professional psychologist must be licensed by the Texas State Board of Examiners of Psychologists. * B. The psychologist must be familiar with the duties appropriate to the type of law enforcement license sought and a ointment to be made. C. interview applicants to identify individuals who will become Iong -term successful police officers, firefighters, airport public safety officers, crime scene technicians, and MetroCom dispatchers with the City of Corpus Christi. Provide that the recommended individuals are certified as psychologically fit to perform the duties of police officer. (Though some months will require more, and others less, these services will require approximately 20 hours of time per month.) D. Interview officers who are candidates for a position on SWAT, Hostage Negotiation Team, Peer Counseling, or other special assignment to make recommendations to the Chief of Police. E. Provide counseling, at Psychologist's office, to officers who are suffering from work stress. F. Provide support services for officers who have used lethal force. G. Interview /counsel officers who have been involved in a critical incident, including firearm discharges, to make recommendations to the Chief of Police for return to duty. H. Perform fitness- for -duty evaluations and make timely written recommendations for return to duty. I• Provide in- service training and police cadet academy training classes as requested. J. Be available for consultation 24 hours a day, 7 days a week, including provision of services on -site at incident locations (there are, on average, one after - hours/on -site call per month. On -site calls average four to five hours per incident.). K. Be available by cellular telephone. L. Work in conjunction with Police Administration to determine what testing materials will be administered for each position. Police Administration will administer the tests and process for scoring. The Psychologist will retain the test results. M. Report to the Chief of Police, Fire Chief, or Chief of Airport Police. N. Provide pre - notification to Chief of Police if psychologist will be out of cellular telephone range. During periods of psychologist's absence, arrange for provision of services described herein by alternate licensed psychologist/psychiatrist and provide notice of such alternate at least one business day prior to date of psychologist's absence. 0. Provide services specified herein at an office located in convenient proximity to the Co us Christi Police Department's headquarters. P. Provide emergency call system, which guarantees availability for emergency crisis intervention and consultation. Q. Be available for testimony regarding any matter or action, in court or for City grievances, brought against the City or Police Department in which psychologist was involved. Court testimony is defined as the time actually providing testimony in a court of law or in a deposition. R. Submit invoice to the City for all services provided. Invoices will include period of time covered by the invoice, explanation of services provided, number of hours expended and related charges on a per- patient basis, fee - per -hour and the total amount due for each invoice. Invoices will be submitted monthly, * Required pursuant to Texas Commission on Law Enforcement Officer Standards and Education Rule Notice: All questions must be answered. Please refrain from responding with a phrase such as "cannot provide at this time or will provide at a later date if selected, etc." The reviewer will consider these answers non - responsive to the question. All responses must be made within the designated cell(s) of the worksheet provided. Sectioin 3.4 TECHNICAL SOLLITIOIN DESCRIPTION Question A = Agree; D = Agree With Deviations; N = No A61N Explanation A. Clearly describe the resources, personnel, information, space and equipment you expect to be NA provided by the City, if any, in the course of your work and at any other time throughout the contract term. B. Describe your computer equipment, office location, number of employees employed by you, etc. NA C. Provide any other information that Proposer may deem pertinent to its provision of Professional NA Psychologist Services, but that has not been directly requested in this RFP. D. Identify any portion of the proposed services you may subcontract, in whole or in part. Describe the NA conditions under which you would use another firm or individual to serve the City's needs. How do you monitor the cost and quality of services provided by other firms or individuals? E. The City's payment terms are net 30 days from the date the City is in receipt of a valid invoice. Alternate terms that may enhance your proposal are encouraged. Please be specific. F. Do you accept credit cards as a form of payment for invoices remitted to the City? If so, which credit cards? If you proposed more favorable terms than the City's standard of net 30 days (see previous question), do those more favorable terms apply if City pays by credit card? G. If another local governmental entity operating within the City limits of Corpus Christi, TX wishes to obtain the same service at the same price enumerated in Proposer's proposal, will the Proposer honor the specifics of Proposer's proposal, including price? Any such arrangement will be between the other local governmental entity and the Proposer (this question is for information only; it will not be factored into the evaluation of your proposal). Notice: All questions must be answered. please refrain from responding with a phrase such as "cannot provide at this time or will provide at a later date if selected, etc." The reviewer will consider these answers non - responsive to the question. All responses must be made within the designated cell(s) of the worksheet provided. Section 3.5 PROFILE & QUALIFICATIONS nrsrRIPTION Question Explanation A. Name and address of the Proposer. B. Manner in which Proposer is organized (corporation, partnership, sole proprietor, etc.), C. Experience as professional psychologist. D. Date Ph.D. Conferred. E. Number of years licensed as a professional psychologist by the Texas State Board of Examiners of Psychologists. F. Location Of Proposer's office in Corpus Christi, Texas. G• Number and title of employees working in Proposer's Corpus Christi, Texas office. H. Days and hours of operation of Proposer's Corpus Christi, Texas office. Identify and summarize qualifications of the intended professional psychologist and key personnel, including support staffto be provided as Part Of your proposal. Provide qualifications of each to include, but not necessarily limited to: experience, education, professional credentials, curriculum vitae and tenure with organization. �• Specifically, identify and summarize qualifications and experience specific to the type of work requested herein. K. To how many clients does your organization currently provide the type of services described herein. L. Using the format outlined below, the Proposer should provide three current client references and three former client references. References should be relative to the Proposer's office that will provide PROFESSIONAL PSYCHOLOGIST SERVICES to the City. This information will be used to determine the extent to which the Proposer is able to provide PROFESSIONAL PSYCHOLOGIST SERVICES to an entity the size of the City of Corpus Christi as well as the reference's satisfaction level with the Proposer's services. a. CURRENT CLIENT Reference 3 Organization name: Contact and title: a. CURRENT CLIENT Reference I a. CURRENT CLIENT Reference 2 a. FORMER CLIENT Reference I Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Services Provided: Total number of years of service provided: Reason for Termination/Discontinuation: a. FORMER CLIENT Reference 2 Organization name: Contact and title: Address: Phone number. Effective date of contract: Description of Services Provided: Total number of years of service provided: Reason for Termination/Discontinuation: a. FORMER CLIENT Reference 3 Organization name: Contact and title: Address: Phone number: Effective date of contract: Description of Services Provided: Total number of years of service provided: Reason for Termination/Discontinuation: Notice: All questions must be answered. Please refrain from responding with a phrase such as "cannot provide at this time or will provide at a later date it selected, etc." The reviewer will consider these answers non- responsive to the question. All responses must be made within the designated cell(s) of the worksheet provided. 3 Section 3.6 Pricing FEE SCHEDULE INITIAL THREE -YEAR FIRST ONE -YEAR SECOND ONE -YEAR CONTRACT EXTENSION OPTION EXTENSION OPTION ITEM FEE PER HOUR FE E PER HOUR FEE PER HOUR Personnel Assessment an Selection Interview Test Interpretation Feedback to Chief Administrative Work Teaching Classes Fertormance trinancement Leadership Development First Individual Session Fallow Up Session Group Feed back/Instruction Clinical Work Intake Interview /First Session Follow Up Sessions Training and work (non selection or clinical) with HNT /SWAT Court Testimony NOTE! Pricing is firm for the duration of the initial three -year contract and for each of the optional one -year extension periods. NOTE! Pricing shall include all costs of all equipment, office supplies and all other direct or indirect costs associated with your organization's provision of this service. Pr Insert Exceptions in this column 1'� 1� 1�y��1� oposer shall clearly state the exception and the reason for taking all exceptions. Proposer shall describe each item and state clearly any price nsequences. iportant Note; The Proposer must complete this form. If the Proposer has no objection or exception, the Proposer should indicate "NONE" in dumn A. kw A-6- � Sharon L. Rogers, Ph.D., ABPP Consultation Psychotherapy Counseling Terri L. England, M.A., LP A Psychological Testing Forensic Evaluation & Associates 1001 Ayers Street, Corpus Christi, Texas 78404, Phone: 361.882.9010 Fax: 361.884.2115 June 9, 2011 City of Corpus Christi Purchasing Division P.O. Box 9277 Corpus Christi, Texas 78469 -9277 To Whom It May Concern: Please be advised that the firm of Sharon L. Rogers, Ph.D., P.C. is seeking to bid on RFP No. BI -0 149 -11 regarding Professional Psychologist Services. No addenda to the original RFP have been received. The proposal includes the Minority Business Enterprise Information Form and Disclosure oflnterest Form. Signed by the principal owner /psychologist on this date. ,-, if fec Sharon L. Rogers, Ph.D., ABPP Texas Psychologist # 2 -2994 Janet Kasparek, MA, LPA, LPG Robert Butler, MS, LPG Jane Green, MA, LPA Meagan DuBeau, M.A., LPG Kevin Pengelly, M.A. Administrative Assistant: Theresa Bourassa CITY OF CORPUS CHRISTI, TEXAS BI- 0149 -11 Request for Proposal PROFESSIONAL PSYCHOLOGIST SERVICE- Table of Contents Section 3 Scope of Work 3.2 Minimum Requirements 3.3 Service Requirements 3.4 Technical Solution 3.5 Proposer's Profile and Qualifications 3.6 Pricing 3.7 Exceptions Attachments Service Agreement (Contract) Minority Business Enterprise Information Form nit:rinl:i ]r_: of ]nt.::nrod Section 3.2 MINIMUM REQUIREMENTS DESCRIPTIO Question Yes or No If Yes, Provide Explanation A. In the last five years, has the City terminated any agreement with your No organization, either for or not for cause, breach or default? B. Is your organization currently involved in litigation with the City or, in the last No five years, has your organization been involved in litigation with the City? If so, please provide cause numbers, dates and final disposition of each. C. Has Proposer submitted its proposal on TWO compact discs or flash (thumb) Yes drives as follows: 1. Although Proposers are not required to submit Sections 1, 2, 4 or 5 of this RFP in their proposal, if Proposer wishes to confirm, acknowledge, comment on or amend any item in these sections, the Proposer may do so and submit same in an UNPROTECTED Microsoft Word format (with the exception of those pages containing electronic signatures, any other format is not acceptable); 2. Section 3 in the Excel Spreadsheet provided by the City (shall be in UNPROTECTED format). Notice: All questions must be answered. Please refrain from responding with a phrase such as "cannot provide at this time or will provide at a later date if selected, etc." The reviewer will consider these answers nonresponsive to the question. All responses must be made within the designated ceV(s) of the worksheet provided . a1a Section 3.3 REQUIREMENTS DESCRIPTION Q uestion _ C = Com 1 • N = Do Not Comply D = Comply with Deviations MD Explanation A. The professional psychologist must be licensed by the Texas State Board of Examiners of C Psychologists. * D. The psychologist must be familiar with the duties appropriate to the type of law C enforcement license sought and appointment to be made. C. Interview applicants to identify individuals who will become long -term successful police C officers, firefighters, airport public safety officers, crime scene technicians, and MetroCom dispatchers with the City of Corpus Christi. Provide that the recommended individuals are certified as psychologically fit to perform the duties of police officer. (Though some months wiII require more, and others less, these services will require approximately 20 hours oftime per month.) D. Interview officers who are candidates for a position on SWAT, Hostage Negotiation Team, C Peer Counseling, or other special assignment to make recommendations to the Chief of Police. E. Provide counseling, at Psychologist's office, to officers who are suffering from work stress. C F. Provide support services for officers who have used lethal force. C G. Interview /counsel officers who have been involved in a critical incident, including firearm C discharges, to make recommendations to the Chief of Police for return to duty. H. Perform fitness- for -duty evaluations and make timely written recommendations for return C to duty. I. Provide in- service training and police cadet academy training classes as requested. C J. Be available for consultation 24 hours a day, 7 days a week, including provision 0 C services on -site at incident locations (there are, on average, one after - hours/on -site call per month. On -site calls average four to five hours per incident.). K. Be available by cellular telephone. C L. C Work in conjunction with Police Administration to determine what testing materials will be administered for each position. Police Administration will administer the tests and process for scoring. The Psychologist will retain the test results. M. Report to the Chief of Police, Fire Chief, or Chief of Airport Police. C N. Provide pre - notification to Chief of Police if psychologist will be out of cellular telephone C range. During periods of psychologist's absence, arrange for provision of services described herein by alternate licensed psychologist/psychiatrist and provide notice of such alternate at least one business day prior to date of psychologist's absence. O. Provide services specified herein at an office located in convenient proximity to the C Corpus Christi Police Department's headquarters. P. Provide emergency call system, which guarantees availability for emergency crisis C intervention and consultation. Q. Be available for testimony regarding any matter or action, in court or for City grievances, C brought against the City or Police Department in which psychologist was involved. Court testimony is defined as the time actually providing testimony in a court of law or in a deposition. R. Submit invoice to the City for all services provided. Invoices will include period oftime C covered by the invoice, explanation of services provided, number of hours expended and related charges on a per - patient basis, fee - per -hour and the total amount due for each invoice. Invoices will be submitted monthly. " Required pursuant to Texas Commission on Law Enforcement Officer Standards and Education Rule Notice: All questions must be answered. Please refrain from responding with a phrase such as "cannot provide at this time or will provide at a later date if selected, etc." The reviewer will consider these answers non - responsive to the question. All responses must be made within the designated cell(s) of the worksheet provided. Sectioin 3.4 TECHNICAL SOLLMOIN DESCRIPTION Question A = Agree; D = Agree With Deviations N = No IJDIN Explanation A. Clearly describe the resources, personnel, information, space and equipment you expect to be NA provided by the City, if any, in the course of your work and at any other time throughout the contract term. B. Describe your computer equipment, ciCce location, number of employees employed by you, etc. NA C. Provide any other information that Proposer may deem pertinent to its provision of Professional NA Psychologist Services, but that has not been directly requested in this RFP. I D. Identify any portion of the proposed services you may subcontract, in whole or in part. Descdbe the NA conditions underwhich you would use another firm or individual to serve the City's needs. How do you monitor the cost and quality of 'services provided by other firms or individuals? E. The City's payment terms are net 30 days from the date the City is in receipt of a valid invoice. A Alternate terms that may enhance your proposal are encouraged. Please be speCific. F. Do you accept credit cards as a form of payment for invoices remitted to the City? If so, which N credit cards ?, If you proposed more favorable terms than the City$ standard of net 30 days (see previous question), do those more favorable terms apply if City pays by credit card? G. If another local govemmental entity operating within the City limits of Corpus Christi, TX wishes to A Main the same service at the same price enumerated in Proposer's proposal, will the Proposer honorthe specifics of Proposer's proposal, including price? Any such arrangement will be between the other local govemmental entity and the Proposer (this question is for information only; it will not be factored into the evaluation of your proposal). Notice: All questions must be answered. Please refrain from responding with a phrase such as 'cannot provide at this time or will provide at a later date if selected, etc.' The reviewer will consider these answers non - responsive to the question. All responses must be made within the designated cell(s) of the worksheet provided. 3 Section 9S PROFILE& QUALIFICATIONS DESCRIPTID Questlm H EVlanahon A. ame and address of One PedpoxY, SHARON L PAGERS. PHA.. 1091 AYERS I B. amen In Men Prop eciIsorparbed(wiswafiM partnership, able CORPORATION pDtri90tr, ete.l. C. 26 YEARS a. Dale Ph.D. Caderied. AUGUST I& 1994 F. umber olyew"earsedasa pmhsalanal psyetdogst by the Taus Sate 2e YEARS d of Eran —.d Ps/chdoplyls. F. an ofPrepusersclifloe InConax Chrse. Texas. 1001 AYERS CORPUS CHRSITI, TEXAS G. weber ar0tille oferploy eeswontlng In Proposees Corpus Chdsd ,Texas 2 ENPLOVIRMOWNERAND OFFICE ieANAGEf otfioe. H. uap&V hpns0cperadon of Prapnsees CapwChdst, Texas nlgoe, le- TH &30AM41" L merky and swrewire quallIcallms of the lntentled professional KEY PERSONELL TWO LPAS. I YEARS R psychdo0lsg and key pers", InCkft Support staff m be puMded as ... It aaduf yaw prapeeel. PrcMe quaARcadoes of each D IndAe, but rot nereSSaAM IlArb dtw. experience, edueaem, pDWSlanal cledenlaN. =rIcU ml dme and lenm Wilk orpmixMm I. pedgcwly, laarlty and aanmgelae Wlcalons and elpelence spedk m PSYCHO11ETRICTESTING, PERSON ELL I the Npe of work nezftled hmelm K Tn lox many chants does yaw arganizatm unenty pipAde ma type el NINE -TEN se,&m; Op%fl and herein. L. U ft the lurne1 wmlrcd belax, Me Proposer dv6d P-ide three eaten Glen lefeences aM three forrner diem relerenoe6. ReNnences akdd he MOW m the Pwpasels 0115A tat wki provide PFA]FESSIONAJ_ PSYCHOLOGIST SERVICES m me Cty. Tlk Inlamaem*1 be used D desmene the event tov4khNe Proposer is able to vWde PROFESSIONAL PSYCHOLOGISSSERVICES In an en" the tee of the City al Capes Chrtsll w wl asthe reference§sMgxdm level wth die Proposera seMces. S CHRISTI, TX 6404 CLINICAL PSYCHOLOGY TERNS N, AND FITNESS OF DUTY EVALUATIONS FOR THE LAST 20 EARS a. CURRENT CLIENT Reference 1 Organization name: 36TH Contact and title: EDWARD SALIZAR: DIRECTOR I56TH, 343RD JUDICIAL ISTRICTS CSCD Address: 404 WEST MARKET Pltone number: 361 -364 -4243 ST. SINTON, TEXAS 78387. Effective date of contract: 1989 Description of Services Provided: TRAINING, PRE - EMPLOYMEN TESTING, OFFENDER EVALUATIONS Total number of years o rvice provided: 22 a. CURRENT CLIENT Reference 2 Organization name: NUECES Contact and title: COUNTY JUVENILE 2310 GOLLIHAB Phone number: 361 CHRISTI, TEXA' date of contract: 2000 IDescription of Services Provided: PERSONELL SELECTION Total number of years o rvice provided: 10 a. CURRENT CLIENT Reference 3 Organization name: TEXA Contact and title: SANDRA SYLVA; SUPERVISOR DEPARTMENT Of CRIMINAL JUSTICE. IH 37 Phone number: 361 -888 -5698 date of contract: 1995 Description of Services Provided: ASSESSMENT AND TREATMENT OF ADULT PAROLEES, SUITABILITY FOR FIREARM CARRYING Total number of years 0 rvice provided: 16 a. FORMER CLIENT Reference 1 Organization name: Contact and title: DR. ZACHARIAS: PSYCHOLOGIST SHORELINE RECOVERY CENTER Address: 1220 GREGORY Phone number: 361- 643 -6643 TAFT, TEXAS 78390 Effective date of contract:2000 Description of Services Provided: ASSESSMENT OF RESIDENTS Total number of years D Reason for Telminadon/Discontmuation: WORK OVERLOAD service provided: II a. FORMER CLIENT Reference 2 Organization name Contact and title: SANDY LOPEZ: DIRECTOR CBRRC/SATF Address: PO BOX 107 Phone number: 1- 800- 825 -4323 SINTON, TEXAS 78x78 Effective date of contract: 1987 Description of Services Provided: GROUP TREATMENT, CRITICAL 2009 INCIDENT RESOLUTION, STAFF TRAINING, PERSONELI 2006 SELECTION Total number of years o Reason for T erminati on/Discon t in uati on: CONTINUING AT A service provided: 22 REDUCED RATE a. FORMER CLIENT Reference 3 Organization name: TEXA Contact and title: MANUEL LOPEZ: PAROLE OFFICER YOUTH COMMISSION Address: 3649 LEOPARr: Phone number: 361- 692 -1282 CORPUS CHRISTI, TEXA" 79408 Effective dare of contract: 2006 Description of Services Provided: COUNSEL JUVENILE SEX 2006 OFFENDERS Total number of years o Reason for T elminationlDiscontinuation: FOCUS ON ADUL 1 service provided: 2 PAROLEES Notice: All questions must be answered. Please refrain from responding with a phrase such as "cannot provide at this time or will provide at a later date If selected, etc." The reviewer will consider these answers nonresponsive to the question. All responses must be made within the designated cell(s) of the worksheet provided. _. - - - -- - _ Section 3.6 Pricing FEE SCHEDULE INITIAL THREE -YEAR FIRST ONE -YEAR SECOND ONE -YEAR CONTRACT EXTENSION OPTION EXTENSION OPTION ITEM FEE PER HOUR FEE PER HOUR FEE PER HOUR ersonner Assessmem ana $250.00 $300.00 $350.00 Teaching Classes Selection $250.00 $300.00 $300.00 $350.00 Interview $250.00 $300.00 $350.00 Test Interpretation $250.00 $300.00 $350.00 Feedback to Chief $250.00 $300.00 $350.00 Administrative Work $250.00 $300.00 $350.00 Teaching Classes $250.00 $300.00 $350.00 Perrormance r:nnancemem Leadership Development First Individual Session $225.00 $250.00 $275.00 Follow Up Session $200.00 $225.00 $250.00 Group Feedback/instruction $225.00 $250.00 $275.00 Clinical Work Intake Interview /First Session $250.00 $275.00 $300.00 Follow Up Sessions $250.00 $275.00 $300.00 Training and work (non selection or clinical) with FINT /SWAT $300.00 $350.00 400.00 (Court Testimony $250.00 I 275.00 300.00 NOTE! Pricing is firm for the duration of the initial three -year contract and for each of the optional one -year extension periods. NOTE! Pricing shall include all costs of all equipment, office supplies and all other direct or indirect costs associated with your organization's provision of this service. Insert Exceptions in this column co Proposer shall clearly state the exception and the reason for taking all exceptions. Proposer shall describe each item and state clearly any price onsequences. mportant Note: The Proposer must complete this form. If the Proposer has no objection or exception, the Proposer should indicate "NONE" in Column A. NONE SERVICE AGREEMENT No. 81: - o tl Cf -It THIS PROFESSIONAL PSYCHOLOGIST SERVICES AGREEMENT (this "Agreement ") is entered into by and between SHlt --o,J A.. -O G- S, UJ. (the "Contractor ") and the City of Corpus Christi, a Texas home -rule municipal corpdration (the "City ") effective for all purposes upon execution by the City Manager. WHEREAS Contractor has proposed to provide PROFESSIONAL PSYCHOLOGIST SERVICES in response to Request for Proposal No. BI- 0149 -11, which is incorporated by reference and attached hereto as Exhibit A; WHEREAS the City has determined Contractor to be the most advantageous Proposer; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will provide PROFESSIONAL PSYCHOLOGIST SERVICES in accordance with Request for Proposal No. BI- 01.49 -11, which is incorporated by reference and attached hereto as Exhibit A. 2. Fee for Services. The City agrees to pay the Contractor those fees mutually agreed to between both parties as follows: THIS SECTION TO BE COMPLETED AS P ART OF PROCUREMENTINEGOTIATION PROCESS. Fees are fixed and firm for the duration of the initial three -year contract and for each of the two one -year extension options. 3. Term. This Agreement is for three years, commelCing on the date signed by the last signatory hereto. The term includes an option to extend for up to two additional twelve -month periods subject to the approval of the Contractor and the City Manager or his designee ( "City Manager ".) 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement including deductions for non- performance and authorizations for payment. All of Contractor's notices or communications regarding this Agreement must be directed to the Contract Administrator, who is the Chief of Police. 5. Independent Contractor. Contractor will perform the services hereunder as an independent contractor and will furnish such services in its own manner and method, and under no circumstances or conditions may any agent, servant, or employee of Contractor be considered as an employee of the City. 6. Insurance. Before activities can begin under this Agreement, Contractor's insurance company(ies) must deliver a Certificate of Insurance, as proof of the required insurance coverages to the Contract Administrator. Additionally, the Certificate must state that the Contract Administrator will be given at least thirty (30) days' advance written notice of cancellation, material change in the coverages, or intent not to renew any of the policies by certified mail. ,The City must be named as an Additional Insured. The City Attorney must be given copies of all insurance policies within fifteen (15) days of the City Manager's written request. Insurance requirements are incorporated herein in Request for Proposal 17 9 No. BI- 0149 -11, which is incorporated herein as Exhibit A, and may be revised annually by the City Manager upon thirty (3 0) days' advance written notice to Contractor. 7. Assignment. No assignment ofthis Agreement or any right or interest therein by Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by Contractor is of the essence of this Agreement and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 8. Fiscal Year. All parties recognize that the continuation of any contract after the close of any fiscal year of the City, which fiscal year ends on July 31 annually, is subject to appropriations and budget approval providing for such contract item as an expenditure in that budget. The City does not represent that the budget item will be actually adopted, that determination is within the sole discretion of the City Council at the time of adoption of each budget. 9. Waiver. No waiver of any breach of any tern or condition of this Agreement or Contractor's bid offer to Request for Proposal No. BI- 0149 -11 waives any subsequent breach of the same. 10. Compliance with Laws. This Agreement is subject to all federal laws and laws of the State of Texas. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and the venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 11. Subcontractors. Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, Contractor must obtain prior written approval from the Contract Administrator In using subcontractors, Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the services. 12. Amendments. This Agreement may be amended only by written agreement signed by duly authorized representatives of the parties hereto. 13. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the services specified in Request for Proposal No. BI- 0149 -11. Failure to keep all insurance policies in force for the entire tenn of this Agreement is grounds for termination. The Contract Administrator must give Contractor at least 5 work -days' advance written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. Alternatively, City may terminate this Agreement, with or without cause, upon twenty (20) days' advance written notice to Contractor. However, City may terminate this Agreement on 24- hours' advance written notice to Contractor for failure to payor provide proof of payment of taxes as set out in Section 14 of this Agreement. 14. Taxes. Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes, and all other related taxes according to Circular E Employer's Tax Guide, publication 15, as it may be amended. Contractor must provide proof of payment of these taxes within thirty (30) days after City Manager's written request therefore. Failure to payor provide proof of payment is grounds for the City Manager to terminate this Agreement after providing 24 hours' advance written notice to Contractor. 18 15. Drug Policy. Contractor must adopt a Drug Free Workplace and drug testing policy that substantially conforms to the City's policy. The City has a zero - tolerance drug testing policy. 16. Violence Policy. Contractor must adopt a Violence in the Workplace policy that substantially conforms to the City's policy. The City has a zero - tolerance Violence in the Workplace policy. 17. Notice. Notice may be given by fax, hand delivery or certified mail, postage prepaid, and is deemed received on the day faxed or hand - delivered or on the third day after deposit in the U.S. Mail, if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Mayor of Corpus Christi P. O. Box 9277 Corpus Christi, Texas 78469 -9277 Fax No.: 361 - 826 -3103 IF TO CONTRACTOR: Contractor Name: .s11A- ,j L I!.. 6 cu". t .l Contact Person: "11ItE —$ u. —1fSSA ' Address: 1001 II Y OLS City, State, Zip: Fax No.: —1 V(. (s C4tU Sf! I eX. IC— r f .- .3f.1- Stf'f- — 11 S' 18. Month -to -Month Extension. If the City has not completed the procurement process and awarded a new PROFESSIONAL PSYCHOLOGIST SERVICES contract upon the expiration of this Agreement, then Contractor must continue to provide services under this Agreement, at its then- current fee under the term of this Agreement, on a month -to -month basis until a new contract is awarded by Council. This Agreement automatically expires on the effective date of a new contract; the Contract Administrator will provide written notice of the effective date of the new contract to Contractor. 19. Indemnification. CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY AND ITS OFFICERS, EMPLOYEES AND AGENTS (INDEMNITEES) FROM AND AGAINSTANYAND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCO UNT OF DEATH, PERSONAL INJURIES, PROPERTY LOSS OR DAMAGE OR ANY OTHER KIND OF DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTING NEGLIGENCE OF INDEMNITEES, BUT NOT BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR GRO UP. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH CO UNSEL SATISFACTORY TO INDEMNITEES AND PAY ALL CHARGES OF ATTORNEY AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS OR ACTIONS. 19 20. Severability. Each provision of the Agreement shall be considered to be severable and, if, for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or future applicable law, such invalidity shall not impair the operation of or affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part thereof had been omitted. SIGNED this — 3 — day of : :JtUA , 2011. Contractor: S #14 " ref ( -° S`��• cf. Name: Title: 0WANE..k... CITY OF CORPUS CHRISTI Michael Barrera Assistant Director of Financial Services APPROVED THIS _ DAY OF CARLOS VALDEZ, CITY ATTORNEY an Brian Narvaez, Assistant City Attorney Incorporated by Reference: Exhibit A: Request for Proposal No. BI- 0149 -11 Exhibit B: Proposer's Proposal " 2011. 20 CITY OF CORPUS CHRISTI FINANCE DEPARTMENT / PURCHASING DIVISION MINORITY BUSINESS ENTERPRISE INFORMATION FORM . THIS FORM MUST BE SUBMITTED ALONG WITH BID PLEASE INDICATE WHETHER THE COMPANY IS A CERTIFIED MINORITY BUSINESS. EXAMPLES OF CERTIFICATIONS RECOGNIZED BY THE CITY INCLUDE: ref YES ❑ NO - CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS (HUB) Select all that are appropriate: D ASIAN PACIFIC ❑ BLACK d NATr ❑ HISPANIC AMERICAN 1 WOMAN Please visit the following website for infonnation on becoming a Certified HUB: htty :l /ww\v. window. state.tx.uslprocurement /pro&ub? 0 ' YES D NO -LOCAL SMALL BUSINESS (LSB) A for - profit entity employing less than 49 employees located within the City limits of Corpus Christi, Texas DYES D NO OTHER (PLEASE SPECIFY): O THIS COMPANY IS NOT A CERTIFIED HUB or LSB THE ABOVE MINORITY BUSINESS INFORMATION IS REQUESTED FOR STATISTICAL AND TRACKING PURPOSES AND WILL NOT INFLUENCE THE AMOUNT OF EXPENDITURES THE CITY WILL MAKE WITH ANY GIVEN COMPANY. BID INVITATION NO: B1- 01tfL• :;- C/ Finn Name: S11 I -_ £- O -S w, .. a, Q - Telephone: 41. L - QJI Ext. . L Address: 10()/ f1Y 1G -k. S Fax: TV -8Y¢ ai1S' City: Co, 60J.s c..W..(rr'IState: dzip:W /6I- E -mail: Sfo�`� %. I - e � 5 Date: �- g / Signature of Person Authorized to 5ign Fonn Signer's Name: t /I4+ -tJ 4. /. O( ; Title: 0WA1 (Please print or type) 2 1 -- City of SUPPLIER NUMBER _ Corpus TO BE ASSIGNED BY CITY Chnsti PURCHASING DIVISION CITY OF CORPUS CHRISTI City of Corpus Christi Ordinance 17112, as amended, requires all persons or Finns seeking to do business with the City to provide the following information. Every guestlOn must be answered. If the question is not applicable, answer with "NA ". See reverse side for Filing RegUIrements, Certifications and definitions. CaMP ANY NAME: P. O. BOX: CITY: C6 A-e ct S C #R.J S , n FIRM IS: 1. Corporatl n [7( 4. Association EJ 1 ()01 ;1Y -- ZIP: 7tcfo i 3. Sole Owner O 5 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. I. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3 % or more of the ownership in the above named "finn." Name NOIJ{: 2. State the names of each 'official' of the City of Corpus Christi having an "ownership interest" constituting 3 % or more of the ownership in the above named "firm. Name It.i ' J - DISCLOSURE OF INTEREST s#AgaV L., ,lo G - -) y1., ti.) t. C . STREET ADDRESS: STATE: IX Partnershi B p Other Job Title and City Department (if known) Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Jcf/J£ Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "finn." Name Consultant A10Ue. FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance SectIOn 2- 349 (d)] Pi►: CERTIFICATION I certify that all infonnation provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any infonnation requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: -Jll £. -/ — 1 -. - 6 EM (Type or Print) d Signature of Certifying Person: * �� Title: 6 a- ,5 R_ Date: J�& 9// / DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Finn." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes oftaxation are treated as non - profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terns of venture or partnership agreements." g. "Consultant." Any person or finn, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 23 CURRICULUM VITA Name: Sharon L. Rogers, Ph.D., ABPP Licensure/Board Certification Licensed as a Psychologist in the State of Texas September 1985, Certificate # 2 -2994, Renewed annually Licensed Specialist in School Psychology, Renewed annually Texas State Board of Examiners in Psychology National Register of Health Service Providers in Psychology Member Certificate # 3427S, April 1986 American Board of Professional Psychology Diplomate in Counseling Psychology, December 1993 Texas Council on Sex Offender Treatment Licensed as a Sex Offender Treatment Provider, October 1993 Certification Texas A & M UnirersitylTexas Psychological Association Certificati9n in Clinical Psychopharmacology 4S0 hour prgram completed February 13, 200S American Psychological Association Certificati —n in the Treatment of Psychoactive Substance Abuse Disorders Successful completion of examination 1999 State of Michigan pepartment of Licensing and Regulation Social W 011ker Certificati on Education Ph.D., Psychology August 18, 1984 Texas A & M University College Station, Texas M.A., Psychology May 1981 Corpus Christi State University Corpus Christi, Texas December B.A., Psychology 1978 Oakland University Rochester, Michigan Sharon L. Rogers, Ph.D., ABPP Professional Resume Page 2 Professional Associations American Board of Professional Psychology American Psychological Association Texas Psychological Association Nueces County Psychological Association Council for the National Register of Health Service Providers in Psychology American Correctional Association Association for the Treatment of Sex Abusers Professional Experience Adjunct Professor - Texas A & M University at Corpus Christi Private Clinical Psychology Practice - 1985 through the present Pre & Post - doctoral Clinical Internship - Nueces County Mental Health Mental Retardation Center Academic Awards Davidson Family Scholarship for Academic Excellence Relevant Trainin2: Training Related to Disability & Capability Beginning as an Undergraduate Presentations Texas Commission on Alcohol & Drug Abuse Summer and Winter Conference Presentations International Conferences on Crime, Justice, and Public Order Sponsored by the John Jay College of Criminal Justice City University of New York Various other presentations to agencies, organizations, conferences, and the public in areas relating to clinical interest and issues of public concern. Publications ERIC -CAPS Resources, October 1983 "The History of the Psychology of Aging" Security Journal, Elsevier Science Ireland Ltd., 1997 "Y outh Gangs of South Texas" References and other Information on Request III JANET K. KASPAREK 1001 Ayers Street Corpus Christi, Texas 78404 (361) 882 -9010 (Office) (361) 774 -0378 (Cell) Education Doctoral Candidate Current Doctor of Education in Counseling Psychology Argosy University (Anticipated completion 2012) Master of Arts Degree - Psychology August 2000 Texas A &M University - Corpus Christi, Texas Bachelor of Arts Degree (Highest Honors) - Psychology May 1998 Texas A &M University - Corpus Christi, Texas Sharon L. Rogers, PhD., ABPP Internships 05100 to 8100 Assisted in psychological assessments for disability determinations, adoption and custody cases, as well as working with parolees to determine appropriate treatment options. Nueces County Mental Health and Mental Retardation Puertas Abiertas Unit, Day Rehabilitation Program 1/00 to 5100 Assisted staff members in preparing for and leading daily pscyhoecudational rehabilitation groups with a focus on increasing independent living skills for individuals with mental illness. Professional Licensures Licensed Psychological Associate (LPA) #3 -1713 Texas State Board of Examiners of Psychologists Licensed Professional Counselor (LPC) # 17996 Texas State Board of Examiners of Professional Counselors Licensed Professional Counselor Approved Supervisor #3113 Texas State Board of Examiners of Professional Counselors Janet Kasparek Page 2 Work Experience September 2000 to Present: Sharon L. Rogers PhD., ABPP Corpus Christi, Texas Under supervision provide individual therapy sessions for clients receiving vocational rehabilitation services and EAP clients. Perform psychological assessments for employment screenings, disability determinations, vocational rehabilitation and presurgical bariatric assessments. Assessment instruments include intelligence tests, objective and projective personality measures, achievement tests and neuropsychological screenings. Other responsibilities include academic achievement assessment administration training for adult and juvenile probation officers. August 2007 to Present: LPC Intern Supervision Supervising counselor interns as required by the state of Texas. Supervision involves weekly face -to -face meetings during the 3000 hour internship in various mental health settings. Professional Memberships: American Counseling Association (ACA) RELEASE OF LIABILITY AND COVENANT NOT TO SUE THE STATE OF TEXAS § COUNTY OF NUECES KNOW ALL BY THESE PRESENTS This Release of Liability and Covenant Not to Sue (hereinafter "Release ") is made by and between Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers and the City of Corpus Christi, Nueces County, Texas, executed on this the 3 / s day of 3 20 /1 , and is entered into for the purpose of releasing the City, its officers, employees, representatives, agents and contractors (herein collectively referred to as the "City ") from any and all liability whatsoever arising out of, caused by, or in any way connected with, either proximately or remotely, wholly or in part, participation by Sharon L. Rogers, Ph.D, P.C. or Sharon L. Rogers in providing personal services to the City, which is the subject of the attached contractual agreement ( "Agreement ") between Sharon L. Rogers, Ph.D, P.C. and the City. Sharon L. Rogers, Ph-D, P.C_ or Sharon L. Rogers, in exchange for the City allowing it/her to forego the requirement of providing a Workers' Compensation insurance policy as a condition of the Agreement, does hereby voluntarily enter into the following covenants: 1. Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers acknowledges that it/she, individually, employs no workers other than herself; with the exception of the office manager. Sharon L. Rogers, Ph-D, P.C. and Sharon L. Rogers covenant that itishe will not enter into an employer - employee relationship with any individual or individuals during the term of the Agreement, other than the position of office manager, who will not directly participate in the services to be provided and who will not accompany Sharon. L. Rogers onto city worksites or other onsite locations where Sharon L. Rogers will provide services under the terms of the Agreement. Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers acknowledge that the capacity in which it/she will be participating in the Agreement is that of an independent contractor and not as an employee or agent of the City. Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers further understand that, as an independent contractor, Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers will receive no workers' compensation benefits, health benefits, disability benefits, or other insurance benefits which might be available to full time employees of the City and that, as an independent contractor, Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers is fully responsible for incurring the cost of and paying for any medical services that it/she may require during the term of the Agreement. 2. Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers understand that it/she will participate in this Agreement at his own risk and hereby releases, waives and, in all ways, relinquishes any and all present or future claims against the City which it/she, her heirs, successors, assigns, or any other person or entity (collectively, hereinafter referred to as "Sharon L. Rogers, PhM, P.C. and Sharon L. Rogers "), may assert, have, or acquire as a result of any injury, death, damage, or loss whatsoever to itself/herself or its/her property resulting from, arising out of, or connected with its/her participation in the Agreement between it/she and the City. 3. Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers hereby releases, waives and relinquishes all such claims, and further covenants not to sue the City for any such claim, regardless of whether such claims may arise from any negligence or gross negligence of the City. 4. Sharon L. Rogers, Ph.D, P-C. and Sharon L. Rogers understands that there may be risks involved in participating in the Agreement. Sharon L. Rogers, Ph.D, P.C_ and Sharon L. Rogers assume all such risks, and will rely solely on itself/herselt and not the City, in determining those risks. 5. Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers acknowledge that its/her services under the Agreement may occur on real property owned by the City_ Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers agree to completely absolve the City of all potential liability caused by, arising out of, or incident to its/her performance of services on real property owned by the City. 5. Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers agrees that this Release shall apply to all activities during or connected in any way with its/her participation in the Agreement and its/her performance thereunder. 7. Sharon L_ Rogers, Ph-D, P-C_ and Sharon L. Rogers agree that this Release shall be governed by and enforceable under the laws of the State of Texas_ Venue shall lie is Nueces County, Texas, where this Release was executed. 8. Sharon L. Rogers, Ph.D, P.C. and Sharon L. Rogers hereby acknowledge that it/she has carefully read this Release and that it/sh agrees to be legally bound and to accept each of its terms. EXECUTED IN DUPLICATE, each of which shall be considered an original, on this the -� / day of . 20 //. SI -1440I /-,, kd6-i Sharon L. Rogers Sharon L. Rogers, Ph.D., P.C. Address, City, County, State & ZIP: STATE OF � Sharon L. Rogers /00/ 1q YEe_c C-OCfUs Cxi`,e�$T� A/cra�Crs r"X, 7 ec/o 9 + +C RY PUMA TERRI L. ENGLAND Notary Public, State of Texas § y -4z My Commission Expires Sepiember 09, 2014 COUNTY OF #(L § Before me, on this day personally appeared . G ,0,0'67eS known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that she executed the same for the purpose and consideration therein expressed. Given under my hand and seal of office this / sr day pf //C/C, l!S % , 20 //. Notary Public, State of ITj(k -5 Commission expires: ? /7 //y