March 11 2014 Complete Agenda

download March 11 2014 Complete Agenda

of 70

Transcript of March 11 2014 Complete Agenda

  • 8/12/2019 March 11 2014 Complete Agenda

    1/70

    MAYORANDCITYCOUNCILWORKSESSION

    Tuesday,March11,20141:00P.M.

    AClosedSessionisscheduled10:30A.M.1:00P.M.todiscusslegal,contractualandrealestatematters.AGENDA

    1. CALLTOORDER2. REPORTONCLOSEDSESSIONTuesday,March11,201410:30a.m.1:00p.m.3. COMMENTSFROMTHEPUBLIC

    AnypersonwhomaywishtospeakonamatterscheduledfordiscussionontheWorkSessionAgendamaybeheardduringCommentsfromthePublicforaperiodofthree(3)minutesorsuchtimeasmaybedeemedappropriatebytheCouncilPresident. Anyonewishingtobeheardshallstatetheirname,addressandtheAgendaitemonwhichheorshewishestospeak.

    4. CONSENTAGENDAA. 3YearPrivateEventApprovalRequestforSt.PatricksDayParadeMarch12,2016

    B. RequestApprovalofTaxiMedallionTransfer

    C. BidAwardRecommendationforBoardwalkNetworkCameraEquipment

    5. NEWBUSINESSA. BidOpeningBusStorageFacilityRoofRepairs

    B.

    Requestfor

    Approval

    to

    Purchase

    Vehicles

    on

    State

    Contract

    presented

    by

    Procurement

    Manager

    C. RequestforApprovaltoPurchasePoliceInCarTechnologyEquipmentpresentedbyLt.Harmon

    1. UseofAssetForfeitureFundstoReplaceToughbooks

    2. UseofFY2013HomelandSecurityGrantFundstoReplaceToughbooks

    D. RequestforApprovaltoSolicitProposalsforCompensationandBenefitsStudypresentedby

    HumanResourceDirector

    6. ADJOURN

  • 8/12/2019 March 11 2014 Complete Agenda

    2/70

    WORK SESSION -MAYOR AND CITY COUNCIL

    TUESDAY, MARCH 11, 2014

    2. Report on Closed Session March 11, 2014 10:30 a.m.

    1:00 p.m. Legal, Contractual and Real Estate Matters

  • 8/12/2019 March 11 2014 Complete Agenda

    3/70

    NOTICE OF CLOSED SESSION OF MAYOR & CITY COUNCIL OF OCEAN CITY

    AUTHORITY: State Government Article: Section 10-508(a) Annotated Code of Maryland

    PURPOSES:

    1. To discuss:

    (i) the appointment, employment, assignment, promotion, discipline, demotion,compensation, removal, resignation or performance evaluation of

    appointees, employees or officials over whom it has jurisdiction; or(ii) any other personnel matter that affects one or more specific individuals;

    2. To protect the privacy or reputation of individuals with respect to a matter that isnot related to public business

    X3. To consider the acquisition of real property for the public purpose and matters

    directly related thereto;

    4. Consider a matter that concerns the proposal for a business or industrial

    organization to locate, expand or locate in the state;

    5. Consider the investment of public funds;

    6. Consider the marketing of public securities;

    X 7. Consult with counsel to obtain legal advice;

    8. Consult with staff, consultants or other individuals about pending or potentiallitigations;

    9. Conduct collective bargaining negotiations or consider matters that relate to the

    negotiations;

    10. Discuss public security if the public body determines that public discussionwould constitute a risk to the public or public security, including;

    a) the deployment of fire and police services and staff; and

    b) the development and implementation of emergency plans

    11. Prepare, administer or grade a scholastic, licensing or qualifying examination;

    12. Conduct or discuss an investigative proceeding on actual or possible criminal

    conduct;

    13. Comply with a specific constitutional, statutory or judicially imposedrequirement that prevents public disclosures about a particular proceeding or

    matter; or

    X

    14. Before a contract is awarded or bids are opened, discuss a matter directly related

    to a negotiation strategy or the contents of a bid or proposal, if public discussionor disclosure would adversely impact the ability of the public body to participate

    in the competitive bidding or proposal process

    DATE AND TIME: Tuesday, March 11, 2014 10:30 a.m.

    PLACE: City Hall

    SUBJECT: Legal, Contractual and Real Estate Matters

    VOTE: UNANIMOUS

    OTHER: FOR:

    AGAINST:

    ABSTAIN:

    ABSENT:

  • 8/12/2019 March 11 2014 Complete Agenda

    4/70

    REPORT OF CLOSED SESSION

    OF THE MAYOR AND CITY COUNCIL OF OCEAN CITY

    Prior to this open session of the Mayor and City Council being held on Tuesday, March

    11, 2014, a closed session was held on Tuesday, March 11, 2014 at 10:30 a.m. The

    following is a report of the closed session.

    1. A statement of the time, place, and purpose of the closed session is attached.

    2. A record of the vote of each member as to closing the session is attached.

    3. A citation of the authority under the law for closing the session is attached.

    4. (a) Topics of Discussion: Legal, Contractual and Real Estate Matters

    (b) Persons present:

    Mayor Richard Meehan

    City Manager David RecorCouncil President Lloyd Martin

    Council Secretary Mary Knight

    Council Members Doug Cymek; Margaret Pillas; Brent Ashley; Dennis Dare andJoe Mitrecic

    City Solicitor Guy AyresExecutive Office Associate Diana Chavis

    Action(s) taken:

    Motion to close meeting:

    Time adjourned:

  • 8/12/2019 March 11 2014 Complete Agenda

    5/70

    WORK SESSION -MAYOR AND CITY COUNCIL

    TUESDAY, MARCH 11, 2014

    3. COMMENTS FROM THE PUBLIC

    Any person who may wish to speak on a matter scheduled for discussion on the Work

    Session Agenda may be heard during Comments from the Public for a period of three

    (3) minutes or such time as may be deemed appropriate by the Council President.

    Anyone wishing to be heard shall state their name, address and the subject on which

    he or she wishes to speak.

  • 8/12/2019 March 11 2014 Complete Agenda

    6/70

    WORK SESSION -MAYOR AND CITY COUNCIL

    TUESDAY, MARCH 11, 2014

    4. CONSENT AGENDAA. 3-Year Private Event Approval Request for St. Patricks

    Day Parade March 12, 2016

  • 8/12/2019 March 11 2014 Complete Agenda

    7/70

    TOWN OF

    T h e W h i t e M a r l i n Ca p i t a l o f t h e

    TO: The Honorable Mayor, Council President and Members of Council

    THRU: David L. Recor, ICMA-CM, City ManagerFROM: Lisa Mitchell, Private Events Coordinator

    RE: St. Patricks Day ParadeDATE: Feb. 25, 2014

    ISSUE(S): St. Patricks Day Parade

    SUMMARY: Buck Mann, for the Delmarva Irish American Club, has requested

    the 3-year event approval be extended to include approval of the

    March 12, 2016, St. Patricks Day Parade.

    This is an annual parade featuring floats, bands, and marching

    groups from area businesses and organizations.

    FISCAL IMPACT: Potential positive economic impact from lodging, food and

    beverage, recreation and other incidental expenditures related tothis event.

    RECOMMENDATION: Approve 2016 event.

    ALTERNATIVES: No staff alternatives suggested.

    RESPONSIBLE STAFF: Lisa Mitchell, Private Event Coordinator.

    COORDINATED WITH: All appropriate departmental staff has reviewed, and the eventhas been coordinated with Transportation, Public Works, and the

    OCPD.

    ATTACHMENT(S): 1) March 2016 Calendar2) Cover Sheet3) 2013 Application4) Parade Layout

    Agenda Item # 4A

    Council Meeting March 11, 2014

  • 8/12/2019 March 11 2014 Complete Agenda

    8/70

    Sun Mon Tue Wed Thu Fri Sat

    1 2 3 4 5

    6 7 8 9 10 11 12

    PE - St. Patricks DayParade - TENTATI VE

    13 14 15 16 17 18 19

    20 21 22 23 24 25 26

    27 28 29 30 31

    2016

    March

  • 8/12/2019 March 11 2014 Complete Agenda

    9/70

    Ocean City Private Events 3-year Approval

    Name of Event: St. Patricks Day Parade

    Date of Event: Requesting event approval for March 12, 2016

    Total Cost to Town: $31,354.17

    Total Revenue to Town: $125.00

    Things to Note:

    Beginning in 2011, Buck Mann, for the Delmarva Irish American Club, has been granted a 3-year event approval forthe St. Patricks Day Parade.

    Buck Mann, for the Delmarva Irish America Club, would like to continue this provision, and requests Council approvethe event for the date of March 12, 2016.

    All appropriate documents have been supplied and fees have been invoiced.

    Comments from Department Representatives: Tourism: This event is an important spring season kick-off and brings thousands to town. Transportation: Public transit will be providing normal service during the parade. Busses will be traveling in lane 2

    of the southbound lanes during the parade. Boarding and alighting will occur in the intersections staffed with policeofficers between 61stand 44thStreets. Small bus loops may be established in one or both directions if vehicular trafficbecomes congested. One tram will be provided for use by Mayor and City Council in the parade and a bus will beprovided for parade personnel for transport back to 61stStreet. Estimated cost for transportation services is $457.

    Fire Marshal: Last year tents were installed at the end of the parade route, in the parking lot of the 45 thStreet Village.They did not indicate the use of tents this year, but if they do want to utilize tents, a permit must be obtained from theOffice of the Fire Marshal.

    Public Works: This event has been going on for over 30 years. Maintenance provides bleachers, tables, chairs, trashcontainers and sound system at the parade grounds. Maintenance also works in conjunction with the OCPD withtraffic set-up on Coastal Highway. This years application is a snapshot of previous years requests. Estimated cost to

    the department is $23,146.17. Risk Management: Insurance coverage to be obtained and certificate submitted prior to event. Police: Create and publish a special order detailing approximately 35 officers to the event. Expected cost to

    department if $7,751.86.

    OCCC, Recreation & Parks, Beach Patrol, Emergency Services: No comments, concerns or costs.

    Date on Council Agenda: March 3, 2014

    Event Approved of Denied:

    Other:

  • 8/12/2019 March 11 2014 Complete Agenda

    10/70

  • 8/12/2019 March 11 2014 Complete Agenda

    11/70

  • 8/12/2019 March 11 2014 Complete Agenda

    12/70

  • 8/12/2019 March 11 2014 Complete Agenda

    13/70

  • 8/12/2019 March 11 2014 Complete Agenda

    14/70

  • 8/12/2019 March 11 2014 Complete Agenda

    15/70

  • 8/12/2019 March 11 2014 Complete Agenda

    16/70

  • 8/12/2019 March 11 2014 Complete Agenda

    17/70

  • 8/12/2019 March 11 2014 Complete Agenda

    18/70

  • 8/12/2019 March 11 2014 Complete Agenda

    19/70

    WORK SESSION -MAYOR AND CITY COUNCIL

    TUESDAY, MARCH 11, 2014

    4. CONSENT AGENDAB. Request Approval of Taxi Medallion Transfer

  • 8/12/2019 March 11 2014 Complete Agenda

    20/70

    TOWN OF

    T h e Wh i t e M a r l i n Ca p i t a l o f t h e Wo r l d

    TO: The Honorable Mayor, Council President and Members of CouncilTHRU: David L. Recor, ICMA-CM, City ManagerFROM: Kelly Allmond, City ClerkRE: Taxi Medallion #173DATE: February 25, 2014

    ISSUE(S): Transfer of taxi medallion #173

    SUMMARY: On February 24, 2014, Samuel Zewdie of Luxury Cab sold TaxiMedallion #173 to Esayas Minwalkulet for the amount of $6500.

    The 25% Transfer Fee ($1625) was paid, and the medallion is inmy possession.

    This is an independent to independent transfer.

    FISCAL IMPACT: $1,625

    RECOMMENDATION: Approve the transfer of medallion #173

    ALTERNATIVES: Exercise your right of first refusal as provisioned in Chapter 102-32(b)(7)d (see attached) of the Town Code.

    RESPONSIBLE STAFF: Kelly Allmond, City Clerk

    COORDINATED WITH: Michelle Monico, Police Records Management SupervisorSue Adkins, Revenue SupervisorMichael Sherman, Business License Inspector

    ATTACHMENT(S): Notarized Bill of Sale for Medallions 173

    Agenda Item # 4B

    Council Meeting 03/11/14

  • 8/12/2019 March 11 2014 Complete Agenda

    21/70

  • 8/12/2019 March 11 2014 Complete Agenda

    22/70

    (a)

    (1)

    (2)

    (b)

    (1)

    (2)

    (3)

    (4)

    (5)

    (6)

    (7)

    a.

    b.

    Sec. 102-32. - Requirements.

    Operation of taxicabs.

    No taxicab shall be operated within the limits of Ocean City, Maryland unless it is

    licensed pursuant to this article or is licensed by some other governmental agencythat is merely delivering people from the jurisdiction of such other governmental

    agency to Ocean City.

    No taxicab shall be operated without a medallion, in accordance with the provisions of

    this ordinance, when transporting passengers between points in Ocean City, a point in

    Ocean City to a point outside Ocean City, a point outside Ocean City to a point in

    Ocean City, or a point at an Ocean City owned facility to a point in or outside Ocean

    City.

    Licensing procedure.

    The Police Commission is authorized to issue up to 175 taxicab medallions up to

    85 percent to be issued to fleet holders and up to 15 percent to be issued to

    independent holders.Taxicab medallions shall be awarded by a process the manner of which is to be

    determined by the mayor and city council. Payment of the medallion price under the

    initial process shall be ten percent at time of award, ten percent on April 15, 20

    percent on May 15, June 15, July 15 and August 15. If a payment is not made on a

    due date, the medallion is automatically revoked. Taxicab medallions awarded after

    the initial process shall be payable on or at time of award.

    Successful bidders shall provide the names and addresses used for the past five

    years of each member or stockholder of a corporate holder and the same information

    for the individual holders. Each member or individual must sign an authorization for

    the Police Department to perform a criminal background search and pay to the Police

    Department the requisite fee for such service.

    A holder of a taxicab medallion must have the taxicab fully operational under this

    article within 30 days of the successful bid or the medallion must be returned to the

    Police Commission without a refund. The Police Commission may extend the fine for

    up to ten additional days, per good cause shown by the holder

    If an operational taxicab license becomes inoperable and is not repaired and

    reinspected, replaced or transferred, as herein provided, within one year, the

    medallion must be returned to the Police Commission without a refund.

    A holder of a taxicab medallion may transfer the medallion to another vehicle owned

    by the holder, upon notification to the Police Department, provided that such vehicle

    meets all requirements of this article.

    If a taxicab medallion is paid in full, the holder of a taxicab medallion may transfer the

    taxicab medallion to another holder; provided however, that a fleet holder may transfer

    to either a fleet holder or independent holder and an independent holder may only

    transfer to another independent holder to maintain at least a 15 percent holder ratio to

    independent holders. Any transfer of a taxicab medallion is subject to the approval of

    the Mayor and City Council and is subject to the following provisions:

    The proposed transferee must comply with subsection (3) of this section.

    Page 1 of 3Municode

    11/15/2012http://library.municode.com/print.aspx?h=&clientID=12833&HTMRequest=http%3a%2f...

  • 8/12/2019 March 11 2014 Complete Agenda

    23/70

    c.

    d.

    (8)

    (c)

    (1)

    (2)

    (3)

    (4)

    (5)

    (6)

    (7)

    (8)

    (9)

    (10)

    (11)

    (12)

    a.

    b.

    i.

    ii.

    iii.

    iv.

    v.

    vi.

    (13)

    Both the transferor and the transferee shall provide the Mayor and City Council

    with a sworn affidavit and bill of sale attesting to the transfer price or

    consideration.

    Pay onto the Mayor and City Council a transfer fee equal to the greater of

    $500.00 or 25 percent of the transfer price or consideration.

    A right of first refusal by the Mayor and City Council of Ocean City to reacquire

    the usage rights of the medallion from the transferor for the proposed purchaseprice less the transfer fee.

    The annual renewal medallion fee shall be $500.00.

    No taxicab, licensed under this article, shall be operated without a taximeter operated in

    accordance with the provisions of this ordinance when transporting passengers between

    points in Ocean City, a point in Ocean City to a point outside Ocean City, a point outside

    Ocean City to a point in Ocean City, or a point at an Ocean City owned facility to a point in or

    outside Ocean City.

    The Police Department will inspect, test, approve, and then seal the taximeter.

    The taximeter must be accurate, within an error in calibration of not greater than five

    percent, and in operating condition. The type of meter must be approved by the Police

    Department.The taximeter shall be mounted on the dashboard and connected to the transmission,

    speedometer cable or speed sensor in a manner approved by the Police Department

    and must not obscure the vision of the operator or present a hazard to the

    passengers.

    The lights in the taximeter must be on to indicate the meter is operating.

    The taximeter reading (fare) must be visible to the passengers at all times.

    A taxicab driver may not charge a fare in excess of the taximeter reading.

    A taxicab driver may not charge a fare if the taximeter is not operating during a ride.

    If the taximeter breaks down, is stolen, or becomes inoperable for any reason, the

    Police Department will do an inspection on the new or repaired taximeter within 48hours of the request for inspection.

    It is unlawful for any person to tamper with or break the taximeter seal.

    It shall be unlawful for any person to operate any taxicab with a broken taximeter seal.

    The Police Department shall inspect the taxicab taximeter annually and may conduct

    random inspections as needed.

    It shall be unlawful for any taxicab to display, internally or externally, any advertising

    materials, except:

    The name of the taxicab owner.

    Advertisement on exterior roof light, which does not exceed39"L, 14"W and

    15"H in size, and which is not:

    False, misleading or deceptive;

    Sexually explicit or obscene;

    Violent in nature or illegal;

    Promoting tobacco products;

    Promoting gambling, except for Ocean Downs or the State lottery and

    keno

    Promoting alcohol products.

    Page 2 of 3Municode

    11/15/2012http://library.municode.com/print.aspx?h=&clientID=12833&HTMRequest=http%3a%2f...

  • 8/12/2019 March 11 2014 Complete Agenda

    24/70

    (d)

    (e)

    (f)

    (g)

    (h)

    (i)

    (j)

    (k)

    As of March 1, 2007 all taxicabs shall be equipped with a "driver needs help" or

    "panic" light pursuant to standards established by the Police Department.

    A taxicab must have a minimum of four doors or be a minivan.

    A taxicab must have an operational heating system, and, if equipped with air conditioning the

    air conditioner must be operational. After March 31, 2010, no taxicab medallion will be issued

    for a taxicab which does not have an air conditioning system.

    All holders shall accept credit cards for payment of fares, provided that holders have untilMarch 31, 2013 to be compliant.

    All taxicabs, licensed under this article, must be registered with the Motor Vehicle

    Administration of the State of Maryland. Vehicles must be registered in either the company

    name or the name of the business license holder.

    All taxicabs, licensed under this article, must file with the Town of Ocean City a certificate

    proving insurance coverage currently exists for the vehicle to be used as a taxicab at the

    time of the initial annual inspection. The coverage shall be for injury to or death of persons in

    accidents resulting from any cause of which the owner of the vehicle would be liable by law,

    regardless of whether the taxicab was being driven by the owner, employee, agent or lessee,

    and against damage to the property of another, including personal property, in the minimum

    amounts as required by the State of Maryland. The taxicab medallion holder shall have theirinsurance carrier name the Town of Ocean City as a "Certificate Holder" further requiring that

    the Town of Ocean City be notified of any cancellation or termination of insurance coverage.

    The cancellation or termination of any coverage or policy shall automatically terminate and

    revoke the taxicab medallion issued to the taxicab covered by such policy, unless another

    policy complying with the provisions of this section is provided and is in effect at the time of

    the cancellation or termination.

    All taxicab medallion holders, licensed under this article, shall establish policies and take

    action to discourage, prevent or correct violations of this chapter by taxicab drivers employed

    or contracting with the taxicab medallion holder. No taxicab medallion holder will allow a

    taxicab driver who is employed by them or whom is contracting with them to drive a taxicab,

    if the medallion holder knows or has reasonable cause to know that the driver has failed tocomply with this chapter, any applicable local, state or federal law including any rules or

    regulations established by either the Mayor and City Council or the Police Commission.

    Every taxicab operating under this chapter shall be kept clean and sanitary according to

    rules and regulations which may from time to time be determined and adopted by the Police

    Commission. The Police Department shall ensure all taxicabs are inspected at least twice

    annually for compliance with this section.

    A taxicab medallion may be deactivated by its holder and stored at city hall for a maximum

    period of six months in a one year cycle. A taxicab medallion may be deactivated and

    reactivated one time with no fee charged, however any additional deactivation and

    reactivation will be subject to an administrative fee of $100.00 per vehicle per additional

    reactivation.(Ord. No. 2000-11, 5-1-2000; Ord. No. 2004-4, 4-5-2004; Ord. No. 2006-6, 4-3-2006; Ord. No. 2006-25, 9-26-2006;

    Ord. No. 2010-1, 2-16-2010; Ord. No. 2010-5, 4-5-2010; Ord. No. 2010-21, 7-6-2010; Ord. No. 2010-31, 10-18-

    2010; Ord. No. 2011-20, 6-20-2011; Ord. No. 2012-12, 3-19-2012)

    Page 3 of 3Municode

    11/15/2012http://library.municode.com/print.aspx?h=&clientID=12833&HTMRequest=http%3a%2f...

  • 8/12/2019 March 11 2014 Complete Agenda

    25/70

    WORK SESSION -MAYOR AND CITY COUNCIL

    TUESDAY, MARCH 11, 2014

    4. CONSENT AGENDAC. Bid Award Recommendation for Boardwalk Network

    Camera Equipment

  • 8/12/2019 March 11 2014 Complete Agenda

    26/70

    TOWN OF

    T h e Wh i t e M a r l i n Ca p i t a l o f t h e Wo r l d

    TO: The Honorable Mayor, Council President and Members of CouncilTHRU: David L. Recor, ICMA-CM, City ManagerFROM: Terence J. McGeanRE: Bid Award Recommendation Boardwalk Camera EquipmentDATE: February 26, 2014

    ISSUE(S): Bid award recommendation for Boardwalk Camera Equipment

    SUMMARY: Fourteen (14) bids for boardwalk network camera equipmentwere received via eMaryland Marketplace on February 14, 2014.

    FISCAL IMPACT: $150,000 appropriated for this project from Boardwalk Bondproject cost savings. The installation contract was previouslyawarded in the amount of $91,990. Estimated cost for equipmentwas $35,000

    RECOMMENDATION: Award the equipment contract to the low bidder, Evigilant.com,Inc. in the amount of $29,263.68

    ALTERNATIVES: None

    RESPONSIBLE STAFF: Terence McGean, City Engineer

    COORDINATED WITH: Rob Morand, Network Manager

    ATTACHMENT(S): eMaryland bid results

    Agenda Item # 4C

    Council Meeting March 11, 2014

  • 8/12/2019 March 11 2014 Complete Agenda

    27/70

  • 8/12/2019 March 11 2014 Complete Agenda

    28/70

    WORK SESSION -MAYOR AND CITY COUNCIL

    TUESDAY, MARCH 11, 2014

    5. NEW BUSINESSA.Bid Opening Bus Storage Facility Roof Repairs

  • 8/12/2019 March 11 2014 Complete Agenda

    29/70

    Bus Vehicle Storage Building-Metal Roofing Repairs Bid

    CONTRACTORS Base Bid

    All Sates Construction

    APEX Construction

    Beauchamp Construction

    Apostle Construction Company

    C B Structures

    EDJE Enterprises

    Jade Group Enterprises

    Mallard Construction

    Tecta America East

    Create PDFfiles without this message by purchasing novaPDF printer (http://www.novapdf.com)

    http://www.novapdf.com/http://www.novapdf.com/http://www.novapdf.com/http://www.novapdf.com/
  • 8/12/2019 March 11 2014 Complete Agenda

    30/70

  • 8/12/2019 March 11 2014 Complete Agenda

    31/70

  • 8/12/2019 March 11 2014 Complete Agenda

    32/70

  • 8/12/2019 March 11 2014 Complete Agenda

    33/70

    WORK SESSION -MAYOR AND CITY COUNCIL

    TUESDAY, MARCH 11, 2014

    5. NEW BUSINESSB.Request for Approval to Purchase Vehicles on State

    Contract presented by Procurement Manager

  • 8/12/2019 March 11 2014 Complete Agenda

    34/70

    TOWN OF

    T h e Wh i t e M a r l i n Ca p i t a l o f t h e Wo r l d

    TO: The Honorable Mayor, Council President and Members of CouncilFROM: David L. Recor, ICMA-CM, City ManagerTHRU: Catrice Parsons, Procurement ManagerRE: Vehicle Trust Trucks PurchaseDATE: March 03, 2014

    ISSUE(S): Request permission to purchase two trucks budgeted in the FY14Vehicle Trust Budget off of the State of Maryland contract.

    SUMMARY: Two ton pick-up trucks were approved for purchase in theFY2014 budget at an estimated cost of $37,000. The State ofMaryland permits local Maryland governments to purchase undertheir contracts.

    FISCAL IMPACT: $36,986.00; $14.00 below budget estimates.

    RECOMMENDATION: Purchase the vehicles off of the State of Maryland contract.

    ALTERNATIVES: Delay the purchase of approved vehicles and bid them outthrough the Town or do not replace the vehicles.

    RESPONSIBLE STAFF: Catrice Parsons, Procurement Manager

    COORDINATED WITH: Hal Adkins, Director of Public WorksBud Iman, Water Superintendent

    Charlie Felin, Wastewater Superintendent

    ATTACHMENT(S): 1) Bid price per unit compared to budget estimate2) E-mail from Hal Adkins

    Agenda Item # 5B

    Council Meeting March 11, 2014

  • 8/12/2019 March 11 2014 Complete Agenda

    35/70

    Town of Ocean City

    Vehicle Prices on State Bid Contracts

    FY2014

    Department Type of Vehicles Dealer # Amount Budget Variance

    Water Ton-2WD 1 $18,493.00 $18,500.00 ($7.00)

    Waste Water Ton-2WD 1 $18,493.00 $18,500.00 ($7.00)

  • 8/12/2019 March 11 2014 Complete Agenda

    36/70

  • 8/12/2019 March 11 2014 Complete Agenda

    37/70

    WORK SESSION -MAYOR AND CITY COUNCIL

    TUESDAY, MARCH 11, 2014

    5. NEW BUSINESSC.Request for Approval to Purchase Police In-Car Technology

    Equipment presented by Lt. Harmon

    1. Use of Asset Forfeiture Funds for Toughbooks2. Use of FY 2013 Homeland Security Grant Funds for

    Toughbooks

  • 8/12/2019 March 11 2014 Complete Agenda

    38/70

    0 TOWN OF

    T h e W h i t e M a r l i n Ca p i t a l o f t h e W o r l d

    TO: The Honorable Mayor, Council President and Members of CouncilTHRU: David L. Recor, ICMA-CM, City ManagerFROM: Lt. Elton Harmon, Assistant Support Services Commander OCPDRE: Use of Asset Forfeitures Funds for Police In-Car Technology projectDATE: March 4, 2014

    ISSUE(S): Consideration to use $19,666 of Asset Forfeiture funds for thepurpose of replacing outdated and out of warranty Toughbooks.

    SUMMARY: The $19,666 will be for the purchase of five CF-53 Toughbook

    laptops, thirteen warranty protection plans, thirteen MicrosoftOffice Professional licenses, three Toughbook car power adaptersand two CF-53 desktop port replicators.

    1)Purchase five (5) CF-53 laptops at a cost of $13,075.2)Purchase of thirteen (13) Panasonic Protection Plus warranty

    plans at a cost of $1,421. (8 warranties to be used for laptopspurchased with Home 13 funding)

    3)Purchase thirteen (13) Microsoft Office Professional License ata cost $2,626. (8 licenses to be used for laptops purchasedwith Home 13 funding)

    4)Purchase three (3) Toughbook Car Power Adapters at a cost of$390.

    5)Purchase two (2) CF-53 Port Replicators at a cost of $390.FISCAL IMPACT: No financial impact on the current or FY 2015 Budget. Funding

    accomplished through asset forfeiture.

    RECOMMENDATION: Approve the use of Asset Forfeiture funds in the sum of $19,666.

    ALTERNATIVES: Continue to use outdated and out of warranty Toughbook laptops

    and fund repairs and replacement through upcoming fiscalbudgets.

    RESPONSIBLE STAFF: Lt. Elton Harmon OCPD

    COORDINATED WITH: Christopher Holloway, Senior Support Specialist, IT

    ATTACHMENTS: Bids received

    Agenda Item # 5C(1)

    Council Meeting March 11, 2014

  • 8/12/2019 March 11 2014 Complete Agenda

    39/70

    SALES ESTIMATE

    DATE

    1/23/2014

    QUOTE #

    140130Q

    NAME / ADDRESS

    Town of Ocean CityAttn: Accounts PayableP.O. Box 158

    Ocean City, Maryland 21843

    SHIP / DELIVERTown of Ocean City

    Information Technology

    6501 Coastal Hwy

    Ocean City, MD 21842

    P: 443-557-0200 f: 443-557-0201

    www.brekford.com7020 Dorsey Building # C

    QUOTE VERSION TERMS

    Net 30

    VALID THROUGH

    2/22/2014

    REP

    LR

    Quote #

    140130Q

    FEDERAL ID: 20-4086662

    SIGNATURE (quote approval)

    _____________________________________

    Brekford Policy: 3 Year Limited Priority Warranty on Mobile DataComputers-hardware/labor (excluding: batteries). This warranty does not coverphysically damaged merchandise. Refund is only available on special

    circumstances and subjected to 25% restocking fee. No refund will beconsidered after 15 days from the date of purchase. For tech support and RMA

    service call (443-557-0200).

    TOTAL

    ITEM DESCRIPTION QTY TOTALU/PRICE

    ** CF53 CID **

    PANASONIC CF-53SULZV1M

    PANASONIC : Win7, Intel Core i5-3340M 2.70GHz, vPro, 14.0in HD Touch, 500GB(7200rpm),4GB, Intel WiFi a/b/g/n, TPM, Bluetooth, Dual Pass (Upper:WWAN/Lower:WLAN), Verizon 4G

    LTE, Emissive Backlit Keyboard, Multi-drive, Toughbook Preferred

    1 2,615.2,615.00

    Protection Plus Warranty Upgrade --Three Years Toughbook Protection Plus Warranty--: To compliment the

    enhanced design concepts, and the standard factory three-year warranty, Panasonic has developed a

    Extra Protection service program that extends warranty coverage to include damage that occurs

    due to accidental dropping, exposure to environmental conditions, and other normally excluded

    incidents that are not caused by intentional actions. All system components, including the LCD

    screen are covered under this program.

    SKU Description SRP

    CF-SVCLTNF3Y Three Years Toughbook Protection Plus Warranty $250 **CF-SVCLTNF4Y Four Years Toughbook Protection Plus Warranty $620

    CF-SVCLTNF5Y Five Years Toughbook Protection Plus Warranty $840

    1 245.245.00

    CONTRACTS MARYLAND State Contracts:

    >DBM-0106-RADEQ (Two Way Radio Equipment) ID # 060B3490002>eMarylandMarketplace -Maryland State Catalog

    ***"Pricing Structure,Terms and Conditions in accordance with State of Maryland DOIT contract#

    060B2490022.****

    >MD State Hardware and Associated Equipment and Services and Associated Equipment - BPO#

    060B2490022

    1 0.0.00

    Ship&Handle Charge Shipping and Handling

    Date shipped: / Carrier: / Tracking#:

    FREE

    1 0.0.00

    $2,860.0

  • 8/12/2019 March 11 2014 Complete Agenda

    40/70

    SALES ESTIMATE

    DATE

    1/23/2014

    QUOTE #

    140131Q

    NAME / ADDRESS

    Town of Ocean CityAttn: Accounts PayableP.O. Box 158

    Ocean City, Maryland 21843

    SHIP / DELIVERTown of Ocean City

    Information Technology

    6501 Coastal Hwy

    Ocean City, MD 21842

    P: 443-557-0200 f: 443-557-0201

    www.brekford.com7020 Dorsey Building # C

    QUOTE VERSION TERMS

    Net 30

    VALID THROUGH

    2/22/2014

    REP

    LR

    Quote #

    140131Q

    FEDERAL ID: 20-4086662

    SIGNATURE (quote approval)

    _____________________________________

    Brekford Policy: 3 Year Limited Priority Warranty on Mobile DataComputers-hardware/labor (excluding: batteries). This warranty does not coverphysically damaged merchandise. Refund is only available on special

    circumstances and subjected to 25% restocking fee. No refund will beconsidered after 15 days from the date of purchase. For tech support and RMA

    service call (443-557-0200).

    TOTAL

    ITEM DESCRIPTION QTY TOTALU/PRICE

    ** CF53 - CF30 Replacements*

    PANASONIC CF-53SULZV1M

    PANASONIC : Win7, Intel Core i5-3340M 2.70GHz, vPro, 14.0in HD Touch, 500GB(7200rpm),4GB, Intel WiFi a/b/g/n, TPM, Bluetooth, Dual Pass (Upper:WWAN/Lower:WLAN), Verizon 4G

    LTE, Emissive Backlit Keyboard, Multi-drive, Toughbook Preferred

    4 10,460.2,615.00

    Protection Plus Warranty Upgrade --Three Years Toughbook Protection Plus Warranty--: To compliment the

    enhanced design concepts, and the standard factory three-year warranty, Panasonic has developed a

    Extra Protection service program that extends warranty coverage to include damage that occurs

    due to accidental dropping, exposure to environmental conditions, and other normally excluded

    incidents that are not caused by intentional actions. All system components, including the LCD

    screen are covered under this program.

    SKU Description SRP

    CF-SVCLTNF3Y Three Years Toughbook Protection Plus Warranty $250 **CF-SVCLTNF4Y Four Years Toughbook Protection Plus Warranty $620

    CF-SVCLTNF5Y Five Years Toughbook Protection Plus Warranty $840

    4 980.245.00

    PANASONIC CF-LNDDC120

    PANASONIC : Lind 120 Watt 12-32 Volt Input Car Adapter for ToughBooks

    3 390.130.00

    #CF-VEB531U #CF-VEB531UCF-53 Desktop Port Replicator (Mk1, Mk2)

    2 390.195.00

    CONTRACTS MARYLAND State Contracts:

    >DBM-0106-RADEQ (Two Way Radio Equipment) ID # 060B3490002

    >eMarylandMarketplace -Maryland State Catalog

    ***"Pricing Structure,Terms and Conditions in accordance with State of Maryland DOIT contract#

    060B2490022.****>MD State Hardware and Associated Equipment and Services and Associated Equipment - BPO#

    060B2490022

    1 0.0.00

    Ship&Handle Charge Shipping and Handling

    Date shipped: / Carrier: / Tracking#:

    FREE

    1 0.0.00

    $12,220.0

  • 8/12/2019 March 11 2014 Complete Agenda

    41/70

    TOWN OF

    T h e W h i t e M a r l i n Ca p i t a l o f t h e W o r l d

    TO: The Honorable Mayor, Council President and Members of CouncilTHRU: David L. Recor, ICMA-CM, City ManagerFROM: Lt. Elton Harmon, Assistant Support Services Commander, OCPDRE: FY 2013 Homeland Security grant 13 Home for Police In-Car Technology projectDATE: March 4, 2014

    ISSUE(S): Consideration to use $22,285 of the $22,462 allocated from theFY 2013 Homeland Security grant (13 Home) for theenhancement of the Police In-Car Technology project.

    SUMMARY: The $22,285 will be for the purchase of eight CF-53 Toughbooklaptops and seven CF-53 desktop port replicators. The laptopswill replace older machines which are no longer under warranty.The port replicators will allow us to use seven of the abovementioned laptops at a desktop workstation as well as an in-carmobile computer.

    1)Purchase eight CF-53 laptops at a cost of $20,920.2)Purchase seven CF-53 port replicators at a cost of $1,365.3)Upon approval, an additional $1,960 will be allocated from

    forfeiture funds to pay for Panasonic Protection Plus Warranty

    upgrades for the above eight laptops. FY 2013 HomelandSecurity Grant regulations prohibit the use of funds topurchase extended warranties.

    FISCAL IMPACT: No financial impact on the FY 2015 Budget. Fundingaccomplished through 13 Home grant allocated for thecontinuation of Police In-Car Technology

    RECOMMENDATION: Approve proposal to use the 13 Home grant to improvementsof our Police In-Car technology.

    ALTERNATIVES: Continue to use outdated and out of warranty Toughbook laptops

    and fund repairs and replacement through upcoming fiscalbudgets.

    RESPONSIBLE STAFF: Lt. Elton Harmon OCPD

    COORDINATED WITH: Christopher Holloway, Senior Support Specialist, IT

    ATTACHMENTS: Bids received

    Agenda Item # 5C(2)

    Council Meeting March 11, 2014

  • 8/12/2019 March 11 2014 Complete Agenda

    42/70

    SALES ESTIMATE

    DATE

    1/23/2014

    QUOTE #

    140129Q

    NAME / ADDRESS

    Town of Ocean CityAttn: Accounts PayableP.O. Box 158

    Ocean City, Maryland 21843

    SHIP / DELIVERTown of Ocean City

    Information Technology

    6501 Coastal Hwy

    Ocean City, MD 21842

    P: 443-557-0200 f: 443-557-0201

    www.brekford.com7020 Dorsey Building # C

    QUOTE VERSION TERMS

    Net 30

    VALID THROUGH

    2/22/2014

    REP

    LR

    Quote #

    140129Q

    FEDERAL ID: 20-4086662

    SIGNATURE (quote approval)

    _____________________________________

    Brekford Policy: 3 Year Limited Priority Warranty on Mobile DataComputers-hardware/labor (excluding: batteries). This warranty does not coverphysically damaged merchandise. Refund is only available on special

    circumstances and subjected to 25% restocking fee. No refund will beconsidered after 15 days from the date of purchase. For tech support and RMA

    service call (443-557-0200).

    TOTAL

    ITEM DESCRIPTION QTY TOTALU/PRICE

    ** CF53 Home Land **

    PANASONIC CF-53SULZV1M

    PANASONIC : Win7, Intel Core i5-3340M 2.70GHz, vPro, 14.0in HD Touch, 500GB(7200rpm),4GB, Intel WiFi a/b/g/n, TPM, Bluetooth, Dual Pass (Upper:WWAN/Lower:WLAN), Verizon 4G

    LTE, Emissive Backlit Keyboard, Multi-drive, Toughbook Preferred

    8 20,920.2,615.00

    Protection Plus Warranty Upgrade --Three Years Toughbook Protection Plus Warranty--: To compliment the

    enhanced design concepts, and the standard factory three-year warranty, Panasonic has developed a

    Extra Protection service program that extends warranty coverage to include damage that occurs

    due to accidental dropping, exposure to environmental conditions, and other normally excluded

    incidents that are not caused by intentional actions. All system components, including the LCD

    screen are covered under this program.

    SKU Description SRP

    CF-SVCLTNF3Y Three Years Toughbook Protection Plus Warranty $250 **CF-SVCLTNF4Y Four Years Toughbook Protection Plus Warranty $620

    CF-SVCLTNF5Y Five Years Toughbook Protection Plus Warranty $840

    8 1,960.245.00

    #CF-VEB531U #CF-VEB531UCF-53 Desktop Port Replicator (Mk1, Mk2)

    7 1,365.195.00

    #PA1580-1745 #PA1580-1745

    DC Lind-1745 Adapter 120W CF74/51/52) 36" Cig Plug 36" 2.5mm Yellow Tip

    1 112.112.00

    CONTRACTS MARYLAND State Contracts:

    >DBM-0106-RADEQ (Two Way Radio Equipment) ID # 060B3490002

    >eMarylandMarketplace -Maryland State Catalog

    ***"Pricing Structure,Terms and Conditions in accordance with State of Maryland DOIT contract#

    060B2490022.****>MD State Hardware and Associated Equipment and Services and Associated Equipment - BPO#

    060B2490022

    1 0.0.00

    Ship&Handle Charge Shipping and Handling

    Date shipped: / Carrier: / Tracking#:

    FREE

    1 0.0.00

    $24,357.0

  • 8/12/2019 March 11 2014 Complete Agenda

    43/70

    WORK SESSION -MAYOR AND CITY COUNCIL

    TUESDAY, MARCH 11, 2014

    5. NEW BUSINESSD.Request for Approval to Solicit Proposals for Compensation

    and Benefits Study presented by Human Resource Director

  • 8/12/2019 March 11 2014 Complete Agenda

    44/70

    TOWN OF

    T h e Wh i t e M a r l i n Ca p i t a l o f t h e Wo r l d

    TO: The Honorable Mayor, Council President and Members of CouncilTHRU: David L. Recor, ICMA-CM, City ManagerFROM: Wayne Evans, Human Resources DirectorRE: Compensation and Benefits Study RFPDATE: March 4, 2014

    ISSUE(S): 2013 Strategic Planning Action item for Citywide Compensationand Benefits Study as stated under Goal 1 Financially SoundTown Government.

    SUMMARY: Proposal is to contract with a professional services firm for thepurpose of conducting a pay, classification and benefits study to1) analyze, validate and / or improve current compensationadministration and classification practices and 2) determinecompetitiveness of the Towns pay and benefits programs in itscomparative market through the collection and analysis ofcompensation and benefits survey data.

    FISCAL IMPACT: Cost estimate $45-$50,000 which will be encumbered inFY2014.

    RECOMMENDATION: Review and approve the scope of services proposal.

    ALTERNATIVES: Edit or donot approveproposal.

    RESPONSIBLE STAFF: Wayne Evans, Human Resources Director

    COORDINATED WITH: Catrice Parsons, Procurement Manager

    ATTACHMENT(S): Proposal Documents for Pay, Classification and Benefits Study

    Agenda Item # 5D

    Council Meeting March 11, 2014

  • 8/12/2019 March 11 2014 Complete Agenda

    45/70

    FP 1

    TOWNOFOCEANCITY

    PURCHASINGDEPARTMENT

    TOWNOFOCEANCITY,MARYLAND

    PROPOSALDOCUMENTS

    FOR

    Pay,ClassificationandBenefitsStudy

    THISSPACEFOR DEPARTMENT USE

    DateofAward:

    AwardedTo:

    Chargeableto

    Account

    :

    BidDate:

    BidTime:

    PreBidMeetingScheduled:

    AdRun:

  • 8/12/2019 March 11 2014 Complete Agenda

    46/70

    2

    ADVERTISEMENT

    Town of Ocean City, Maryland

    Pay, Classification and Benefits Study

    TheTown

    of

    Ocean

    City

    is

    seeking

    proposals

    from

    qualified

    and

    experienced

    vendors

    to

    provide

    apay,classificationandbenefitsstudyinconformitywiththerequirementsdetailedinthe

    ProposalDocuments.

    ProposaldocumentsforthePay,ClassificationandBenefitsStudymaybeobtainedfromthe

    TownofOceanCitysHumanResourcesDepartmentbyeitheremailingtheHumanResources

    Director,WayneEvans,[email protected]

    businesshours,orviaourwebsite,http://oceancitymd.gov/City_Manager/bids.html. Vendors

    areresponsibleforcheckingthiswebsiteforaddendapriortosubmittingtheirbids. TheTown

    ofOceanCityisnotresponsibleforthecontentofanyProposalDocumentreceivedthrough

    anythird

    party

    bid

    service.

    It

    is

    the

    sole

    responsibility

    of

    the

    vendor

    to

    ensure

    the

    completenessandaccuracyoftheCompletedProposalDocuments.

    Questionsaredue,byemail,nolaterthanTuesday,March18th

    at12:00p.m.localtime,

    submittedtoWayneEvansasdetailedabove. Nofurtherquestionswillbeacceptedafterthis

    date.

    SealedProposalDocumentsaredue April8,11:00a.m.(localtime) bycouriertotheTownof

    OceanCity,Attn: CityManagersOffice,201N.BaltimoreAvenue,OceanCity,Maryland21842,

    atwhichtimeandplacetheywillbepubliclyopenedandnamesofvendorsreadaloud. Late

    CompletedProposalDocumentsmayormaynotbeaccepted,Councilwillusetheirdiscretion

    indeterminingacceptanceoflateCompletedProposalDocuments.

    AllminoritybusinessenterprisevendorsareencouragedtocompeteforawardofsaidServices.

    CatriceParsons,CPSM

    ProcurementManager

    TownofOceanCity,Maryland

  • 8/12/2019 March 11 2014 Complete Agenda

    47/70

    3

    TABLE OF CONTENTS

    Pay, Classification & Benefits Study

    SECTION

    I:

    INTRODUCTION

    1 PURPOSE

    2 CLARIFICATIONOFTERMS

    3 QUESTIONSANDINQUIRIES

    4 FILLINGOUTPROPOSALDOCUMENTS

    5 SUBMISSIONOFPROPOSALDOCUMENTS

    6 OPENINGOFPROPOSALDOCUMENTS

    7 ACCEPTANCEORREJECTIONOFPROPOSALDOCUMENTS

    8 NOTICESTOVENDORS

    SECTIONII: GENERALINFORMATION

    1

    ECONOMYOF

    PROPOSAL

    2 RESPONSIBILITIESOFTHEVENDOR

    3 PROPRIETARYINFORMATIONORTRADESECRETS

    4 OWNERSHIPOFMATERIALS

    5 AUDIT

    6 KEYPERSONNEL

    7 NONPERFORMANCE

    8 ASSIGNMENT

    9 CONTRACTAWARD

    10 MODIFICATIONORWITHDRAWALOFPROPOSAL

    11

    DEFAULT12 COLLUSIONAL/FINANCIALBENEFIT

    13 TAXEXEMPTION

    14 EQUALEMPLOYMENTOPPORTUNITYANDNONDISCRIMINATION

    15 INDEMNITY

    16 STATUSOFVENDOR

    17 APPLICABLELAWS

    18 SUSPENSIONORTERMINATIONFORCONVENIENCE

    19 CONTRACTCHANGES

    20 ADDENDUM

    21 INSURANCEREQUIREMENTS

    SECTIONIII: SCOPEOFSERVICES

    1 BACKGROUND

    2 SCOPEOFSERVICES

    3 QUALIFICATIONSREQUIRED

    4 PROPOSALSUBMITTAL

    5 FEEREQUIREMENTS

  • 8/12/2019 March 11 2014 Complete Agenda

    48/70

    4

    6 MEETINGS&OTHEREXPECTATIONS

    7 INTERVIEWS

    8 PROJECTSCHEDULE

    SECTIONIV:

    EVALUATION

    AND

    SELECTION

    PROCESS

    1 EVALUATION

    SECTIONV: FORMOFPROPOSAL

    FORMOFPROPOSAL

    EXCEPTIONSANDADDENDA

    CORPORATIONINFORMATION

    AFFIDAVITOFQUALIFICATIONSTOBID

    NONCOLLUSIVEAFFIDAVIT

  • 8/12/2019 March 11 2014 Complete Agenda

    49/70

    5

    SECTIONI: INTRODUCTION

    1. PURPOSE1.1. ThepurposeoftherequestforproposaldocumentsisfortheTownofOceanCity

    (Town)toobtaintheservicesofaqualifiedvendortoconductapayandclassification

    studyinconformitywiththerequirementscontainedherein(ProposalDocument(s)).

    2. CLARIFICATIONOFTERMS2.1.

    Professional

    firms

    or

    individuals

    that

    submit

    a

    bid

    for

    award

    of

    a

    contract

    (Contract)arereferredtoasvendors(Vendors)inthisdocument. TheVendorthat

    isawardedtheContractishereinreferredtoasthe(SuccessfulVendor).

    3. QUESTIONSANDINQUIRIES3.1. ForinformationregardingProposalDocumentsandbiddingrequirements,please

    [email protected].

    3.2. CopiesoftheProposalDocumentsareavailableathttp://oceancitymd.gov/City_Manager/bids.htmlorbycalling(410)2898822during

    normalbusinesshours.

    4. FILLINGOUTPROPOSALDOCUMENTS4.1. UseonlyformssuppliedbytheTown.4.2. Submitoneunboundoriginalandtwo(2)boundcopiesofcompletedProposal

    Documents.

    4.3. Proposalsshouldbetabsequencedasfollows:(1)Coverletter,(2)ScopeofServices/projectunderstanding/projectapproach/timeschedule,(3)Qualifications,(4)

    FormofProposalandsignedaddenda.

    4.4. AllblanksontheProposalDocumentswillneedtobefilledinelectronicallyormanuallyinink.

    4.5. WheresoindicatedbythemakeupoftheProposalDocuments,sumswillbeexpressedinbothwordsandfigures,andinthecaseofadiscrepancybetweenthetwo,

    theamount

    written

    in

    words

    will

    govern.

    In

    the

    event

    there

    is

    adiscrepancy

    between

    theunitpriceandtheextendedtotals,theunitpriceswillgovern.

    4.6. Anyinterlineation,alteration,orerasurewillbeinitialedbythesigneroftheProposalDocuments.

    4.7. EachcopyoftheProposalDocumentswillbesignedbytheperson(s)legallyauthorizedtobindtheVendortoacontract,usingthelegalnameofthesigner.

    ProposalDocumentssubmittedbyanagentwillhaveacurrentPowerofAttorney

    attachedcertifyingtheagentsauthoritytobindtheVendor.

  • 8/12/2019 March 11 2014 Complete Agenda

    50/70

    6

    4.8. VendorwillsupplyallinformationandsubmittalsrequiredbytheProposalDocumentstoconstituteaproperandresponsiblecompletedProposalDocument

    package.

    4.9. AnyambiguityintheProposalDocumentsasaresultofomission,error,lackofclarityornoncompliancebytheVendorwithspecifications,instructions,and/orall

    conditionsof

    bidding

    will

    be

    construed

    in

    the

    light

    most

    favorable

    to

    the

    Town.

    5. SUBMISSIONOFPROPOSAL5.1. AllcopiesoftheProposalDocumentsandanyotherdocumentsrequiredtobe

    submittedwiththeProposalDocumentswillbeenclosedinasealedenvelope. The

    envelopewillbeaddressedtotheAssistantDirectorofInternalServicesProcurement

    DivisionandwillbeidentifiedwiththeprojectnameandtheVendorsnameand

    address. IftheProposalDocumentsaresentbymail,thesealedenvelopewillbe

    enclosedinaseparatemailingenvelopewiththenotationSEALEDPROPOSAL

    DOCUMENTSENCLOSEDonthefacethereof.

    5.2. ProposalDocumentswillbedepositedatthedesignatedlocationpriortothetimeanddateforreceiptofProposalDocumentsasindicatedintheAdvertisementor

    RequestforProposal,oranyextensionmadebyAddendum. ProposalDocuments

    receivedafterthetimeanddateforreceiptwillbereturnedunopened.

    5.3. VendorwillassumefullresponsibilityfortakingwhatevermeasuresnecessarytoensurethattheProposalDocumentsreachtheOfficeoftheAssistantDirectorof

    InternalServicesProcurementDivisionpriortothelocaltimeanddatespecifiedfor

    receiptofProposalDocuments. TheTownwillNOTBERESPONSIBLEforanyProposal

    DocumentdelayedinthepostalorotherdeliveryservicenoranylateProposal

    Document,amendment,orrequestforwithdrawalofProposalDocument,received

    aftertheProposalDocumentsubmissiondate.

    5.4. Vendors,ortheirauthorizedagents,areexpectedtofullyinformthemselvesastotheconditions,requirements,andspecificationsbeforesubmittingProposal

    Documents;failuretodosowillbeattheVendorsownrisk.

    5.5. AfullyexecutedAffidavitofQualificationtoBidwillbeattachedtoeachProposalDocument.

    5.6. ALLMINORITYBUSINESSENTERPRISEVENDORSAREENCOURAGEDTOPARTICIPATE.5.7. AllVendorsubmittedProposalsDocumentswillbevalidforaminimumofsixty(60)

    daysfromthedateofProposalDocumentopening.

    6. OPENINGOFPROPOSALS6.1.

    Proposal

    Documents

    received

    on

    time

    will

    be

    opened

    publicly

    and

    only

    vendors

    nameswillbereadaloudfortherecord.

    6.2. TheContractwillbeawardedorallProposalDocumentswillberejectedwithinonehundredtwenty(120)daysfromthedateoftheProposalDocumentopening.

    6.3. Ifawarded,itisanticipatedthiscontractwillbeginMay2014.

  • 8/12/2019 March 11 2014 Complete Agenda

    51/70

    7

    7. ACCEPTANCEORREJECTIONOFPROPOSALS7.1. Unlessotherwisespecified,theContractwillbeawardedtothemostRESPONSIBLE

    andRESPONSIVEVendorcomplyingwiththeprovisionsoftheProposalDocuments,

    providedtheproposalpriceisreasonable,doesnotexceedthefundsavailable,anditis

    inthebestinterestoftheTowntoacceptit. TheTownreservestherighttorejectthe

    ProposalDocuments

    of

    any

    Vendor

    who

    has

    previously

    failed

    to

    perform

    properly

    in

    anywayorcompleteontimecontractsofasimilarnature;oraProposalDocument

    fromaVendorwho,investigationshows,isnotinapositiontoperformtheContract;or

    ProposalDocumentsfromanyperson,firm,orcorporationwhichisinarrearsorin

    defaulttotheTownforanydebtorcontract.

    7.2. IndeterminingaVendorsRESPONSIBILITY,theTownmayconsiderthefollowingqualifications,inadditiontoprice:

    7.2.1. Ability,capacity,andskilltoprovidethecommoditiesorservicesrequiredwithinthespecifiedtime,includingfuturemaintenanceandservice,andincludingcurrent

    financialstatementorotherevidenceofpecuniaryresourcesandnecessary

    facilities.

    7.2.2. Character,integrity,reputation,experienceandefficiency.7.2.3. Qualityofpastperformanceonpreviousorexistingcontracts,includingalistof

    currentandpastcontractsandotherevidenceofperformanceability.

    7.2.4. PreviousandexistingcompliancewithlawsandordinancesrelatingtocontractswiththeTownandtotheVendorsemploymentpractices.

    7.2.5. EvidenceofadequateinsurancetocomplywithContracttermsandconditions.7.2.6. StatementofcurrentworkloadandcapacitytoperformtheServices.7.2.7. ExplanationofmethodstobeusedinfulfillingtheContract.7.2.8. TheVendor,ifrequested,willbepreparedtosupplyevidenceofits

    qualifications,listedabove,anditscapacitytoperformtheServices;suchevidence

    tobe

    supplied

    within

    aspecified

    time

    and

    to

    the

    satisfaction

    of

    the

    Town.

    7.3. IndeterminingaVendorsRESPONSIVENESS,theTownwillconsiderwhethertheProposalDocumentconformsinallmaterialrespectstotheProposalDocuments. The

    Townreservestherighttowaiveanyirregularitiesthatmaybeinitsbestinteresttodo

    so.

    7.4. TheTownwillhavetherighttorejectanyandallProposalDocuments,whereapplicabletoacceptinwholeorinpart,toaddordeletequantities,towaiveany

    informalitiesorirregularitiesintheProposalDocumentreceived,torejectaProposal

    Documentnotaccompaniedbyrequiredproposalsecurityorotherdatarequiredby

    theProposalDocuments,andtoacceptorrejectanyProposalDocumentwhich

    deviates

    from

    specifications

    when

    in

    the

    best

    interest

    of

    the

    Town.

    Irrespective

    of

    any

    oftheforegoing,theTownwillhavetherighttoawardtheContractinitsownbest

    interests.

  • 8/12/2019 March 11 2014 Complete Agenda

    52/70

    8

    8. NOTICETOVENDORS8.1. BeforeaVendorsubmitstheProposalDocumentsitwillneedtobecomefully

    informedastotheextentandcharacteroftheServicesrequiredandareexpectedto

    completelyfamiliarizethemselveswiththerequirementsofthisProposalDocuments

    specifications. FailuretodosowillnotrelievetheVendoroftheresponsibilitytofully

    performin

    accordance

    therewith.

    No

    consideration

    will

    be

    granted

    for

    any

    alleged

    misunderstandingofthematerialtobefurnishedortheServicestobeperformed,it

    beingunderstoodthatthesubmissionofaProposalDocumentisanagreementwithall

    oftheitemsandconditionsreferredtoherein.

    END OF SECTION

  • 8/12/2019 March 11 2014 Complete Agenda

    53/70

    9

    SECTIONII: GENERALINFORMATION

    1. ECONOMYOFPROPOSAL1.1. ProposalDocumentswillbepreparedsimplyandeconomically,providing

    straightforwardandconcisedescriptionoftheVendorscapabilitiestosatisfythe

    requirementsof

    the

    Proposal

    Documents.

    Emphasis

    should

    be

    on

    completeness

    and

    clarityofcontent. Elaboratebrochuresandotherrepresentationsbeyondthat

    sufficienttopresentacompleteandeffectiveProposalDocumentareneitherrequired

    nordesired.

    2. RESPONSIBILITIESOFTHEVENDOR2.1. TheVendorwillberesponsiblefortheprofessionalqualityandtechnicalaccuracyof

    theiradviceandotherservicesfurnishedintheProposalDocuments. TheVendorwill

    performserviceswiththedegreeofskillthatisnormallyexercisedbyrecognized

    professionalsastheStandardofCarewithrespecttoservicesofasimilarnature.

    2.2.

    Neither

    the

    Towns

    review,

    approval

    or

    acceptance

    of,

    nor

    payment

    for,

    any

    of

    the

    servicesrequiredundertheawardedContractwillbeconstruedtooperateasawaiver

    ofanyrightsundertheContractoranycauseofactionarisingoutoftheperformance

    oftheContract,andtheVendorwillbeliabletotheTowninaccordancewithapplicable

    lawforalldamagestotheTowncausedbytheVendorsnegligentperformanceofany

    oftheservicesfurnishedundertheContract.

    2.3. TherightsoftheTownprovidedforundertheawardedContractareinadditiontoanyrightsandremediesprovidedbylaw.

    3. PROPRIETARYINFORMATIONORTRADESECRETS3.1. TheVendormayinvokeproprietaryinformationortradesecretprotectionfor

    submissionof

    any

    data/material

    by

    (1)

    identifying

    the

    data/material

    in

    awritten

    description,(2)clearlymarkingthedata/materialasproprietary,and(3)providinga

    writtenstatementdetailingthereasonswhyprotectionisnecessary. TheTown

    reservestherighttoaskforadditionalclarificationpriortoestablishingprotection.

    4. OWNERSHIPOFMATERIALS4.1. Ownershipofallmaterialanddocumentationoriginatedandpreparedpursuantto

    theProposalDocumentswillbelongexclusivelytotheTownandissubjecttopublic

    inspectioninaccordancewiththeFreedomofInformationAct. Tradesecretsor

    proprietaryinformationsubmittedbyaVendorinconnectionwithaprocurement

    transactionwill

    not

    be

    subject

    to

    disclosure

    under

    the

    Freedom

    of

    Information

    Act.

    However,theVendormustinvoketheprotectionsofthissectionandbeinaccordance

    withSection3.1.

    5. CONTRACTAWARD5.1. AwrittenawardbytheTowntotheSuccessfulVendorintheformofaPurchase

    OrderorothercontractdocumentwillresultinabindingContractwithoutfurther

    actionbyeitherparty. IftheSuccessfulVendorfailsorrefusestosignanddeliverthe

  • 8/12/2019 March 11 2014 Complete Agenda

    54/70

    10

    Contractandtherequiredinsurancedocumentation,theTownwillhavetherightto

    awardtothenextresponsibleandresponsiveVendor. Contractwillbeexecutedbythe

    SuccessfulVendorwithinfifteen(15)workingdaysofreceiptoftheContract.

    5.2. ProposalDocumentsandContractsissuedbytheTownwillbindtheVendortoapplicableconditionsandrequirementshereinsetforth,unlessotherwisespecifiedin

    theProposal

    Documents,

    and

    are

    subject

    to

    all

    federal,

    state,

    and

    municipal

    laws,

    rules,

    regulations,andlimitations.

    5.3. Townpersonalpropertytaxes(Taxes)mustbeonacurrentbasis;ifanysuchTaxesaredelinquent,theymustbepaidbeforeawardofContract. Failuretopaywillresultin

    theawardofContracttoanotherVendor.

    5.4. TheTownreservestherighttoengageinindividualdiscussionsandinterviewswiththoseVendorsdeemedfullyqualified,responsible,suitableandprofessionally

    competenttoprovidetherequiredservicesshouldtheprojectsizewarrantit. Vendors

    willbeencouragedtoelaborateontheirqualifications,performancedata,andstaff

    expertise. ProprietaryinformationfromcompetingVendorswillnotbedisclosedtothe

    publicortocompetitors.

    6. AUDIT6.1. TheSuccessfulVendoragreestoretainallbooks,records,andotherdocuments

    relativetotheawardedContractforfive(5)yearsafterfinalpayment,oruntilaudited.

    TheTown,itsauthorizedagents,and/orStateauditorswillhavefullaccesstoandthe

    righttoexamineanyofsaidmaterialsduringsaidperiod.

    7. KEYPERSONNEL7.1 ThepersonnelnamedinthetechnicalProposalDocumentwillremainresponsible

    throughouttheperiodoftheawardedContract. Noreplacementmaybemadewithout

    submissionof

    aresume

    of

    the

    proposed

    replacement

    with

    final

    approval

    being

    granted

    bytheTownofOceanCitysHumanResourcesDirector.

    8. NONPERFORMANCE8.1. TheTownreservestherighttoinspectalloperationsandtowithholdpaymentfor

    anyServicesnotperformedornotperformedinaccordancewiththespecificationsin

    thisProposalDocument. Errors,omissionsormistakesinperformancewillbe

    correctedatnocosttotheTown. Failuretodosowillbecauseforwithholdingof

    paymentforthatService. Inaddition,ifdeficienciesarenotcorrectedinatimely

    manner,theTownmaycharacterizetheSuccessfulVendorasuncooperative,which

    may

    jeopardize

    future

    project

    order

    solicitations.

    9. ASSIGNMENT9.1. SuccessfulVendorwillnotassign,transferorsubjecttheContract,oritsrights,title

    interestsorobligationsthereinwithoutTownspriorwrittenapproval.

    9.2. ViolationofthetermsofthisparagraphwillconstituteabreachofContract. Allrights,title,interestandobligationsoftheSuccessfulVendorwillthereuponceaseand

    terminate.

  • 8/12/2019 March 11 2014 Complete Agenda

    55/70

    11

    10. MODIFICATIONORWITHDRAWALOFPROPOSAL10.1. AProposalDocumentmaynotbemodified,withdrawn,orcancelledbytheVendor

    duringthestipulatedtimeperiodfollowingthetimeanddatedesignatedforthe

    receiptofProposalDocuments,andeachVendorsoagreesinsubmittingProposal

    Documents.

    11. DEFAULT11.1. TheContractmaybecancelledorannulledbytheTowninwholeorinpartby

    writtennoticeofdefaulttotheSuccessfulVendoruponnonperformance,violationof

    Contractterms,deliveryfailure,bankruptcyorinsolvency,anyviolationofstateorlocal

    laws,orthemakingofanassignmentforthebenefitofcreditors. Anawardmaythen

    bemadetothenextmosthighlyratedVendor,orwhentimeisoftheessence,similar

    commoditiesand/orservicemaybepurchasedontheopenmarket. Ineitherevent,

    thedefaultingVendor(orhissurety)willbeliabletotheTownforcosttotheTownin

    excessofthedefaultedContractprice.

    12. COLLUSION/FINANCIALBENEFIT12.1. TheVendorcertifiesthathis/herProposalismadewithoutanyprevious

    understanding,agreement,orconnectionwithanyperson,firm,orcorporationmaking

    aProposalDocumentforthesameproject;withoutpriorknowledgeofcompetitive

    prices;andisinallrespectsfair,withoutoutsidecontrol,collusion,fraud,orotherwise

    illegalaction.

    12.2. UponsigningtheProposalDocument,VendorcertifiesthatnomemberofthegoverningbodyoftheTown,ormembersofhis/herimmediatefamily,including

    spouse,parentsorchildren,oranyotherofficeroremployeeoftheTown,orany

    memberor

    employee

    of

    aCommission,

    Board,

    or

    Corporation

    controlled

    or

    appointed

    bytheMayororCouncilhasreceivedorhasbeenpromised,directlyorindirectly,any

    financialbenefit,relatedtothisContract.

    13. TAXEXEMPTION13.1. TheTownisexemptfromFederalExciseTaxes,MarylandSalesandUseTaxes,and

    TransportationTaxes. ThisexemptioncannotbeusedbyVendorsdoingbusinesswith

    theTown. VendorsareresponsibleforStateSalesTaxofrealpropertyfurnishedand

    installedorconstructedfortheTown.

    14.

    EQUAL

    EMPLOYMENT

    OPPORTUNITY

    AND

    NON

    DISCRIMINATION

    14.1. AllVendorsaresubjectto,andmustcomplywith,theprovisionsofallapplicablestateandfederalantidiscriminationlaws. TheTownencouragesequalemployment

    opportunitytobusinessesownedandcontrolledbyminoritiesandwomen.

    14.2. ThesuccessfulVendorwillnotdiscriminateagainstanyemployeeorapplicantforemploymentoranymemberofthepublicbecauseofrace,color,creed,religion,

    nationalorigin,sex,sexualpreference,disability,maritalstatus,age;orotherwise

    commitanunfairemploymentpractice. Vendorfurtheragreesthatthis

  • 8/12/2019 March 11 2014 Complete Agenda

    56/70

    12

    nondiscriminatoryagreementwillbeincorporatedbytheVendorinallcontracts

    enteredintowithsuppliersofcommoditiesandservices,contractorsand

    subcontractors,andalllabororganizationsfurnishingskilled,unskilled,andcraftunion

    skilledlabor,orwhomayperformanysuchlabororservicesinconnectionwiththis

    Contract.

    15. INDEMNITY15.1. TheSuccessfulVendoragreestoindemnify,defend,andholdharmlesstheTown

    anditsofficers,employees,andagentsfromanyandallliability,loss,cost,damage,and

    expense(includingreasonableattorneysfeesandcourtcosts)resultingfrom,arising

    outof,orincurredbyreasonofanyclaims,actions,orsuitsbaseduponoralleging

    bodilyinjury,includingdeath,orpropertydamagerisingoutoforresultingfromthe

    VendorsoperationsundertheContract,whethersuchoperationsbebytheVendoror

    byanysubcontractororbyanyonedirectlyorindirectlyemployedbyeithertheVendor

    orsubcontractor.

    15.2. Vendorfurtheragreestofurnishadequateprotectionagainstdamage(s)asaresultoftheVendorsandVendorssubcontractorsnegligenceinprovidingtheServicesunder

    thisContract.

    16. STATUSOFVENDOR16.1. TheVendorwillberesponsibletotheTownforactsandomissionsoftheir

    employees,subcontractors,andtheiragentsandemployees,andotherpersons

    performingportionsoftheServicesundertheContractorotherarrangementwiththe

    Vendor.

    16.2. ItisunderstoodthattherelationshipofVendortotheTownwillbethatofanIndependent

    Contractor.

    Nothing

    contained

    herein

    will

    be

    deemed

    or

    construed

    to

    (1)maketheVendortheagent,servant,oremployeeoftheTown,or(2)createany

    partnership,jointventure,orotherassociationbetweentheTownandtheVendor.

    17. APPLICABLELAWS17.1. Vendorwillobserveandcomplywithallapplicablefederal,state,andlocallawsand

    regulationsintheperformanceoftheContract. TheContractwillbeconstruedand

    interpretedinaccordancewiththelawsoftheStateofMarylandandallquestionsof

    performancehereunderwillbedeterminedinaccordancewithsuchlaws.

    18.

    SUSPENSION

    OR

    TERMINATION

    FOR

    CONVENIENCE

    18.1. TheTownwillhavetheright,atanytimebywrittennotice,foritsconvenience,tosuspendtheServicesundertheContractforsuchtimeasmaybedeterminedbythe

    Towntobenecessaryordesirableuptoninety(90)days,unlessalongertimeisagreed

    uponinwritingbybothparties;andthereafter,torequireresumptionofthewholeor

    anypartoftheServiceswithoutinvalidatingtheprovisionsofthisContract.

    18.2. TheTownwillhavetheright,atanytimebywrittennotice,foritsconvenience,toterminatetheServicesinwholeorinpart.

  • 8/12/2019 March 11 2014 Complete Agenda

    57/70

    13

    18.3. AnynoticeissuedpursuanttoSections18.1and/or18.2willstatetheextentandeffectivedateofsuchnotice,exceptasotherwisedirected,theVendorwillstop

    ServicesonthedateofreceiptoftheNoticeofTerminationorotherdatespecifiedin

    thenotice;placenofurtherordersorsubcontractsformaterials,services,orfacilities,

    exceptasnecessaryforthecompletionofsuchportionoftheServicesnotterminated.

    18.4. TheVendor,withinthirty(30)daysoftheNoticeofTermination,willsubmitafinalinvoicereflectingServicesactuallyfurnishedpursuanttotheContracttothe

    satisfactionoftheTownandforwhichnopreviousinvoicewassubmittedtotheTown.

    18.5. Intheeventofatermination,pursuanttoSection18.2,theTownwillpaytheVendorsexpensesverifiedbyfinalinvoiceassetforthinSection18.4forthefollowing:

    18.5.1.CompletedandacceptableServicesexecutedinaccordancewiththeContractpriortotheeffectivedateoftermination,includingfairandreasonablesumsfor

    overheadandprofitforsuchServices;

    18.5.2.ExpensessustainedpriortotheeffectivedateofterminationinperformingServicesandfurnishinglabor,materials,orequipmentasrequiredbytheContract

    inconnectionwithuncompletedServices,plusfairandreasonablesumsfor

    overheadandprofit.

    18.6. TheVendorwillnotbepaidonaccountoflossofanticipatedprofitsorrevenuesorforServicesnotcompletedpriortothedateofterminationoftheContract.

    19. CONTRACTCHANGES19.1. NOCLAIMSmaybemadebyanyonethatthescopeoftheprojectorthatthe

    VendorsServiceshavebeenchanged(requiringchangestotheamountof

    compensationtotheVendororotheradjustmentstotheContract)UNLESSsuch

    changesor

    adjustments

    have

    been

    made

    by

    an

    approved

    WRITTEN

    AMENDMENT

    (ChangeOrder)totheContractsignedbytheAssistantDirectorofInternalServices

    ProcurementDivision(andtheTownCouncil,ifrequired),priortoadditionalServices

    beinginitiated. ExtraServicesperformedwithoutprior,approved,writtenauthority

    willbeconsideredasunauthorizedandattheexpenseoftheVendor. Paymentwillnot

    bemadebytheTown.

    19.2. NOORALconversations,agreements,discussions,orsuggestions,whichinvolvechangestothescopeoftheContract,madebyanyoneincludinganyTownemployee,

    willbehonoredorvalid. Nowrittenagreementsorchangestothescopeofthe

    ContractmadebyanyoneotherthantheAssistantDirectorofInternalServices

    Procurement

    Division

    (with

    Town

    Council

    approval,

    if

    required)

    will

    be

    honored

    or

    valid.

    19.3. IfanyChangeOrderintheServicesresultsinareductionintheServices,theVendorwillneitherhave,norassertanyclaimfor,norbeentitledtoanyadditional

    compensationfordamagesorforlossofanticipatedprofitsonServicesthatare

    eliminated.

  • 8/12/2019 March 11 2014 Complete Agenda

    58/70

    14

    20. ADDENDUM20.1. Nooralstatementsofanypersonwillmodifyorotherwiseaffectorinterpretthe

    meaningoftheContractspecifications,ortheterms,conditions,orotherportionsof

    theContract. Allmodificationsandeveryrequestforanyinterpretationmustbe

    addressedtotheTownofOceanCitysHumanResourcesDirectorandtobegiven

    consideration,must

    be

    received

    at

    the

    above

    address

    at

    least

    seven

    (7)

    days

    prior

    to

    thedatefixedfortheopeningofProposalDocuments.

    20.2. Anyandallinterpretations,corrections,revisions,andamendmentswillbeissuedbytheDepartmentofInternalServicesProcurementDivisiontoallholdersofProposal

    Documentsintheformofwrittenaddenda. Vendorsarecautionedthatanyoral

    statementsmadebyanyTownemployeethatmateriallychangeanyportionofthe

    ProposalDocumentswillnotberelieduponunlesssubsequentlyratifiedbyaformal

    writtenamendmenttotheProposalDocument.

    20.3. Alladdendawillbeissuedsoastobereceivedatleastfive(5)dayspriortothetimesetforreceiptofProposalDocuments,andwillbecomepartoftheContractandwillbe

    acknowledgedintheProposalDocumentform. FailureofanyVendortoreceiveany

    suchaddendawillnotrelievesaidVendorfromanyobligationundertheProposal

    Documentassubmitted.

    20.4. VendorsarecautionedtorefrainfromincludingintheirProposalDocumentanysubstitutionswhicharenotconfirmedbywrittenaddenda. Tofindoutwhetherthe

    Townintendstoissueanamendmentreflectinganoralstatementmadebyany

    employee,contacttheTownofOceanCitysHumanResourcesDirectorduringnormal

    businesshours.

    20.5. TheTownofOceanCitysHumanResourcesDirector,reservestherighttopostponetheProposalDocumentopeningforanymajorchangesoccurringinthe5dayinterim

    whichwouldotherwisenecessitateanAddendum.

    21. INSURANCEREQUIREMENTS21.1. UnlessotherwiserequiredbySpecialConditionsforthisAgreementtheVendorwill

    berequiredtopurchaseandmaintainduringthelifeoftheAgreementthefollowingtypes

    andamountsofinsurance(minimum).

    21.1.1.CommercialGeneralLiability: $1,000,000(Onemilliondollars)peroccurrence$2,000,000(Twomilliondollars)aggregateforbodilyinjuryandpropertydamage.

    21.1.2.ProfessionalLiability: $1,000,000(onemilliondollars)perclaim.21.1.3.CommercialAutomobile:$1,000,000(Onemilliondollars)combinedsinglelimit

    peraccidentforbodilyinjuryandpropertydamage.Includinghired,non

    ownership

    coverage

    and

    owned

    vehicle

    coverage

    if

    company

    owns

    a

    vehicle.

    21.1.4.AsmandatedbytheCodeoftheStateofMarylandandEmployersLiabilitytheVendorwillberequiredtoprovideWorkersCompensationInsurance.

    21.1.4.1.TheVendorwillprovidetheTownwithcertificatesofinsuranceevidencing

    thecoveragerequiredabove. SuchcertificateswillprovidethattheTownbegiven

    atleastthirty(30)dayspriorwrittennoticeofcancellationof,intentiontonot

    renew,ormaterialchangeinsuchcoverage. Vendorwillprovidecertificatesof

    insurancebeforecommencingworkinconjunctionwiththisAgreement.

  • 8/12/2019 March 11 2014 Complete Agenda

    59/70

    15

    21.1.4.1.1.Failuretoprovideandcontinueinforcesuchinsuranceasrequired

    above,willbedeemedamaterialbreachoftheAgreement,willcausethe

    VendortobeinDEFAULT,andwilloperateasanimmediateterminationthereof.

    TheTownreservestherighttorequirehigherlimitsonanyAgreement. Athirty

    (30)daynoticeinwritingofcancellationornonrenewalwillbefurnishedby

    certifiedmail

    to

    the

    Assistant

    Director

    of

    Internal

    ServicesProcurement

    Division

    attheaddresslistedinsolicitation. TheVendoragreestoberesponsiblefor,

    indemnify,defendandholdharmlesstheTown,itsofficers,agentsand

    employeesfromthepaymentofallsumsofmoneybyreasonofanyclaim

    againstthemarisingoutofanyandalloccurrencesresultinginbodilyormental

    injuryorpropertydamagethatmayhappeninconnectionwiththeServices

    performedunderthisAgreementincluding,butnotlimitedto,claimsunderthe

    WorkersCompensationAct.

    21.1.4.2. ONTHECOMMERCIALGENERALLIABILITYPOLICYTHETOWNMUSTBE

    NAMEDASADDITIONALINSUREDANDTHEINSURANCECERTIFICATEFURNISHEDTO

    THETOWNWILLINDICATESUCHCOVERAGE.

    21.1.4.3. THE PROVIDINGOFANYINSURANCEREQUIREDHEREINDOESNOTRELIEVE

    THEVENDOROFANYOFTHERESPONSIBILITIESOROBLIGATIONSASSUMEDBYTHE

    CONSULTANTINTHISAGREEMENT,ORFORWHICHTHEVENDORMAYBELIABLEBY

    LAWOROTHERWISE.

  • 8/12/2019 March 11 2014 Complete Agenda

    60/70

    16

    ENDOFSECTION

    SECTIONIII: SCOPEOFSERVICES

    1. BACKGROUND1.1. TheTownhasapproximately525employeesin16departmentswithatotalof365

    uniquejobtitles. EachyeartheTownsignificantlyincreasesitsworkforcebythe

    additionofapproximately950temporaryandparttimeemployeessupplementingthe

    existingfulltimeclassificationsandhiringuniquelyseasonalpositionssuchasbeach

    patrol.

    Amarketpayandbenefitsstudywasconducted2010/2011. Thelastindependent

    pay,classificationandbenefitsstudywasconductedin2005andupdated2008. There

    are10separatepayplans. Thereare2collectivebargainingagreements.

    2. SCOPEOFSERVICES2.1. Provideapositionanalysisofeachpositiontodeterminespecificduties,

    responsibilitiesandjobrequirementsforthepurposeofupdatingpositiondescriptions.

    Thisprocessshallincludebothinterviewsanddeskauditsasappropriateand

    necessary.

    2.2. Provideacomprehensiveevaluationofeachpositionforthepurposeofdeterminingtherelativeworthwithintheorganization(internalequity),reviewjobgradesandpay

    ranges,andtheassignmentofpositionstoappropriatepaygrades.

    2.3. Conductacompensationmarketsurveyusingbenchmarkpositionstoincludefulltime,

    part

    time

    and

    temporary

    position

    classifications.

    Determine

    market

    as

    defined:

    e.g., governmententitiesandappropriatenongovernmententitiesidentifiedbythe

    characteristicsofthegovernment(s)anditsservicesprovided; numberofemployees;

    populationserved;budget;geographyand/othercomparablefactors.

    2.4. AnalyzepaydatatodetermineanequitableandappropriatecompensationplanfortheTownincludingpaygradedesign,payincrementpercentages,andbestpracticesfor

    fulltime,parttimeandtemporarypaystructures. Developmethodologiesfor

    determiningpromotionalincreaseswithinandacrosspayplans.

    2.5. Developsolutionsforconsolidatingexistingtwotierpayplan(s)tosinglepayplans.2.6. Determinefeasibilityofpayplanconsolidations.2.7. Determinefeasibilityofpaygradeandjobtitleconsolidations.2.8. CorrelatepaygradestotheBLSJobEvaluationGuideforpointfactorlevelingand

    positionclassificationsystem.

    2.9. EnsurethatallpositionsareappropriatelyclassifiedbasedupontherequirementsoftheFairLaborStandardsActExempt/NonExempt.

    2.10. Providerecommendationsonarewardsystemfortopperformers.2.11. Conducttrainingsessionswithdepartmentheadsandsupervisorswithregardtothe

    compensationpoliciesandprocedures.

  • 8/12/2019 March 11 2014 Complete Agenda

    61/70

    17

    2.12. Provideaprocedurethroughwhichemployeescanappealtheirclassificationdecision.

    2.13. ProvideananalysisoftheTownsbenefitsplansrelativetomarketandproviderecommendationsforadjustmentasneededinkeepingwithbenefitsbestpractices.

    2.14.3. QUALIFICATIONSREQUIRED

    3.1. TheVendortoberetainedbytheTownwillmeetthefollowingminimumrequirements:

    3.1.1. Haveexperiencewithpublicsectorpay,classificationandbenefitsplans,andhavecompletedatleastthree(3)similarstudieswheretheprojectswere

    successfullyimplemented. Studiestohavebeencompletedwithinthelastfive(5)

    years.

    3.1.2. Willassignqualified,experiencedpersonneltotheprojectteam. TeammembersmustbepartoftheTownofTownofOceanCitysprojectfromthe

    beginningtoend.

    4. PROPOSALSUBMITTAL4.1. Briefhistoryofthevendor.4.2. OrganizationalChartofthevendor.4.3. ProjectTeam

    4.3.1. Namesofpersonnelwhowouldbeassignedtotheprojectandtheirfunction.

    4.3.2. Includecompleteresumesandreferenceswithphonenumbersfortheproposed

    projectteammembers.

    4.3.3. Thequalificationsoftheindividualsassignedtotheprojectteamwillbean

    importantfactorinthefinaldecisionoftheselectioncommittee.

    4.4. ListofSimilarProjects.4.4.1. Includethethreeprojectsinthelastfiveyearswhichdemonstrateexperience

    withpayandclassificationstudiesandhighlightwithanasterisk(*)any

    demonstratingpublicsectorexperience.

    4.4.2. Provideagencynames,addressesandcontactpersonsandphonenumberfor

    eachreference.

    4.5. ListofALLclientsinthepastthreeyears.4.5.1. Provideagencyname,address,telephonenumberandacontactpersonforeach

    reference.

    4.5.2. Forvendorswithmorethanoneoffice/branch,pleaselistonlytheoffice/branch

    serving

    this

    project.

    4.6. DetailedScopeofWork.

    4.6.1. Methodsofgatheringinformationaboutpositions.

    4.6.2. Methodsofverificationofpositiondata.

    4.6.3. Formatandsamplejobdescriptions,includingessentialfunctioninformation

    requiredtomeetADAguidelines.

    4.6.4. Methodsofassigningpositionstoclasses.

    4.6.5. Proposedsamplesizes.

  • 8/12/2019 March 11 2014 Complete Agenda

    62/70

    18

    4.6.6 Methodsofcomparingbenefitsplansandprograms.

    4.7. AvailabilityofvendortosuccessfullymeettheTownstimetable.

    4.8. AnyexceptionstotheTownrequirements,oranyrequirementswhichtheconsulting

    vendorisunabletosatisfy,shouldbelistedandanalternativeproposalprovided.

    5. FEEREQUIREMENTS5.1. Thefeeproposedmustincludeallcostsassociatedwiththecompletionofthis

    projectbythevendor.

    5.2. Allstaffpayrollcosts,postage,faxing,copyingcosts,mileage,oranyothercosts

    associatedwiththeperformanceofthiscontractmustbeincludedinthenotto

    exceedlumpsumfee.

    5.3. Thefeeinformationshouldincludeamemoofexplanationdetailingthescopeof

    workthatthefeecovers. ANYEXCEPTIONSOREXCLUSIONStothestated

    specificationsshouldbelisted,aswellasanylimitationsonmeetings,travel,or

    otheritems.

    5.4. Thelumpsumfeewillbepaidininstallmentsasworkiscompletedandfound

    acceptable.

    5.5. Ascheduleofhourlyratesfortheprojectpersonnelwillbeincludedintheproposal.

    5.6. Provideasaddalternatesanyadditionalservicesyoubelievenecessarythat

    cannotbeincludedinthebaseproposalfee.

    5.6.1. Showtheseadditionsasseparatelineitems.

    6. MEETINGSANDOTHEREXPECTATIONS6.1. MeetingsaretobeheldwithTownofficialstodiscussspecificconcernswithrespect

    tothereviewofcurrentpracticesandthedevelopmentofanewcompensation

    strategy.

    6.2. Meetingswillalsobeheldtopresentfindingsandproposedrecommendationsnearthecompletionofthestudy.

    6.3. Separatemeetingswillbeheldwithdepartmentheads,supervisors,andemployeestoprovideanoverviewofthestudy,thespecificprocesstobeundertaken,theproject

    schedule,theprojectobjectives,andultimatelytheprojectresults.

    6.3.1. Ampletimeshouldbeprovidedforthesemeetings.

    6.3.2. Weanticipateatotalof810meetingsduringthisprocess.

    6.3.3. SeparatemeetingswillbeheldwiththeMayorandtheCityCouncilattheendof

    theprojecttopresentfindings.

    6.4. Allactivitiesandrecommendationswillmeetalllegalrequirements,betotallynondiscriminatory,

    and

    ensure

    compliance

    with

    all

    applicable

    federal,

    state

    and

    local

    laws

    andregulations.

    6.5. Allactivitieswillbebaseduponbestpracticesincompensationandperformancemanagement,andconsideringinternalandexternalequity.

    6.6. Recommendationsshouldprovideforeaseofadministration,maintenanceandexplanation.

    6.7. Thecompensationsystemshouldprovidefortheincorporationofnewpositionsandfortheongoingmaintenanceoftheplanscompetitiveness.

  • 8/12/2019 March 11 2014 Complete Agenda

    63/70

    19

    6.8. Twelve(12)boundcopiesoftheprojectconclusionsandrecommendationswillbeprovidedalongwithelectronicfilesofallpresentationandworksheetmaterials.

    7. INTERVIEWS7.1. Priortoaward,theTownreservestherighttoconductindividualinterviewswithany

    vendor,or

    vendors,

    who

    submit

    proposals

    that

    they

    feel

    necessary

    to

    interview.

    7.2. Theseinterviewsmaybeinperson,ormaybeconductedviatelephone.

    8. PROJECTSCHEDULE

    8.1. ThesuccessfulVendorwillprovidefinalrecommendationsandresultsofthe

    completedprojectonorbeforeAugust30,2014

    8.2. Proposerswillacknowledgethattimeisoftheessencewithregardtothis

    project.

    ENDOFSECTION

  • 8/12/2019 March 11 2014 Complete Agenda

    64/70

    20

    SECTIONIV: EVALUATIONANDSELECTIONPROCESS

    1. EVALUATION1.1.AnEvaluationCommitteewillberesponsibleforrecommendingselectionofthemost

    highlyrankedresponsiveandresponsibleVendor. TheVendorswiththehighestranked

    submittalsmay

    be

    asked

    to

    make

    adetailed

    presentation

    of

    their

    product/service

    to

    theTown.

    1.2.AllVendorsareadvisedthatintheeventofareceiptofadequatenumberofProposalDocumentswhich,intheopinionoftheEvaluationCommittee,requirenoclarification

    and/orsupplementaryinformation,suchProposalDocumentsmaybeevaluated

    withoutdiscussion. Hence,ProposalDocumentsshouldbeinitiallysubmittedonthe

    mostcompleteandfavorabletermswhichVendorsarecapableofofferingtheTown.

    ProposalDocumentswillbeevaluatedusingthefollowingcriteria:

    WeightingFactor Criterion

    20%

    Relevantcompany

    experience.

    20% Professionalqualificationsoftheprojectteam

    members.

    20% Technicalandoperationalapproachtotheproject.

    25% Feeproposal.

    15% Abilitytomeetprojectdeadline.

    1.3.EachVendorwillberatedforeachcriteriononascaleofzerotofourasdescribedbelow.

    Unacceptable 0

    Poor

    1

    Fair 2

    Good 3

    Superior 4

    1.3.1. AVendorsfinalgradewillbethesumofeachcriterionsratingmultipliedbytheweightingfactorlistedabove.

    THIS AND PRECEEDING SECTIONS DO NOT NEED TO BE RETURNED WITH

    SUBMITTAL.

  • 8/12/2019 March 11 2014 Complete Agenda

    65/70

    FP 1

    FORMOFPROPOSAL

    Pay,ClassificationandBenefitsStudy

    ToWhomitmayconcern:

    WeherebysubmitourProposalDocumentsforPay,ClassificationandBenefitsStudyas

    indicatedintheProposalDocuments.

    HavingcarefullyexaminedtheProposalDocumentsandhavingreceivedclarificationonall

    itemsofconflictoruponwhichanydoubtarose,theundersignedherebyrequests

    considerationofourVendorforawardofthereferencedContract.

    TOTALLUMPSUMNOTTOEXCEEDPRICE

    $____________________ ____________________________________

    (Figures)

    (Totalprice

    written)

    IunderstandthecompletiontimeforthisprojectisAugust30,2014 andfeelconfidentIcan

    meetthisdeadline. (Yes)____ (No)_____ CHECKOne.

    ________________________________ ____________________________________

    SignforIdentification PrintedName

    REFERENCES

  • 8/12/2019 March 11 2014 Complete Agenda

    66/70

    2

    Listthree(3)referencesforServicessuccessfullyimplemented/performedinthelast1236

    months. Includecontactname,address,telephonenumberandservicesperformed.

    CompanyName: CompanyName:

    TypeofProject: TypeofProject:

    Address: Address:

    Town,State,

    Zip

    Code:Town,

    State,

    Zip

    Code:

    ContactPerson: ContactPerson:

    Telephone

    Number:

    Telephone

    Number:

    DateofService: DateofService:

    CompanyName:

    TypeofProject:

    Address:

    Town,

    State,

    Zip

    Code:

    ContactPerson:

    Telephone

    Number:

    DateofService:

    __________________________ ____________________________

    SignforIdentification PrintedName

  • 8/12/2019 March 11 2014 Complete Agenda

    67/70

    3

    Theundersignedherebycertifiesthat,exceptaslistedbelow,oronseparatesheets

    attachedhereto,theenclosedProposalDocumentcoversallitemsasspecified.

    EXCEPTIONS:

    (Ifnone,writeNONE)_______________________________________________

    THE

    VENDOR

    HEREBY

    ACKNOWLEDGES

    RECEIPT

    OF

    THE

    FOLLOWING

    ADDENDA.

    Number Date Initials

    ____________ _______________ ________

    ____________ _______________ ________

    ____________ _______________ ________

    __________________________ ____________________________

    SignforIdentification PrintedName

  • 8/12/2019 March 11 2014 Complete Agenda

    68/70

    4

    INDIVIDUALPRINCIPAL

    VendorName:______________________________________

    SignedBy:_____________________________Inthepresenceof:_________________________

    AddressofVendor:____________________________Town,State,Zip

    ________________________

    TelephoneNo.:______________________________Fax:_______________________________

    ********************************************************************************

    COPARTNERSHIPPRINCIPAL

    NameofCoPartnership:____________________________

    Address:__________________________________Town,State,Zip_________________________

    TelephoneNo.:_______________________________Fax:______________________________

    SignedBy:______________________________Inthepresenceof:________________________

    Partner

    Witness

    SignedBy:______________________________Inthepresenceof:________________________

    Partner Witness

    SignedBy:______________________________Inthepresenceof:________________________

    Partner Witness

    ********************************************************************************

    CORPORATEPRINCIPAL

    NameofCorporation:_______________________________

    Address:_________________________________Town,State,Zip

    __________________________

    TelephoneNo.:____________________________Fax:__________________________________

    SignedBy:______________________________Inthepresenceof:________________________

    President Witness

    Attest:___________________________________

    CorporateSecretary

    AffixCorporateSeal

  • 8/12/2019 March 11 2014 Complete Agenda

    69/70

  • 8/12/2019 March 11 2014 Complete Agenda

    70/70

    NONCOLLUSIVEAFFIDAVIT

    __________________________________________________________beingfirstdulysworn,

    deposesandsaysthat:

    1. He/sheisthe____________________________________,(Owner,Partner,Officer,RepresentativeorAgent)of_________________________________________,the

    VendorthathassubmittedtheattachedProposalDocument;

    2. He/sheisfullyinformedrespectingthepreparationandcontentsoftheattachedProposalDocumentandofallpertinentcircumstancesrespectingsuchProposal

    Documents;

    3. SuchProposalDocumentisgenuineandisnotacollusiveorshamProposalDocument;4. NeitherthesaidVendornoranyofitsofficers,partners,owners,agents,

    representatives,employeesorpartiesininterest,includingthisaffiant,haveinany

    waycolluded,conspired,connivedoragreed,directlyorindirectly,withanyother

    Vendor,firm,

    or

    person

    to

    submit

    acollusive

    or

    sham

    Proposal

    Document

    in

    connectionwiththeServicesforwhichtheattachedProposalDocumenthasbeen

    submitted;ortorefrainfrombiddinginconnectionwithsuchServices;orhavein

    anymanner,directlyorindirectly,soughtbyagreementorcollusion,or

    communication,orconferencewithanyVendor,firm,orpersontofixthepriceor

    pricesintheattachedProposalDocumentorofanyotherVendor,ortofixany

    overhead,profit,orcostelementsontheProposalDocumentpriceortheProposal

    DocumentpriceofanyotherVendor,ortosecurethroughanycollusion,

    conspiracy,connivance,orunlawfulagreementanydisadvantageagainst

    (Recipient),oranypersoninterestedintheServices;

    5. ThepriceorpricesquotedintheattachedProposalDocumentarefairandproperandarenottaintedbyanycollusion,conspiracy,connivance,