REQUEST FOR PROPOSAL TO PROVIDE PHYSICAL ABILITIES TEST DEVELOPMENT AND TRAINING I. PURPOSE OF REQUEST FOR PROPOSAL Park City Fire Service District (PCFSD) hereby issues a Request for Proposal (RFP). The purpose of this RFP is to solicit responses from qualified vendors who are experienced in developing pre-hire, return to duty and incumbent physical abilities test validation, standards development and methods to evaluate testing results. The resultant evaluation tool is to be used to screen potential firefighter candidates for the PCFSD and to ensure that current members of the department maintain a minimum acceptable level of job-specific functional fitness appropriate to performing essential firefighting tasks. Included as part of the RFP, training for seven firefighters to act as both test administrators and certified fitness coordinators for ongoing program development. II. BACKGROUND INFORMATION The Park City Fire Service District was incorporated in 1984 as a dependent special service district of Summit County, Utah. PCFSD currently has a general fund budget of approximately $13.6 million with 88 full-time and 27 part-time employees. PCFSD provides emergency services to the 32,000 year-round residents including fire suppression, emergency medical services, special rescue, hazardous material response, and fire prevention services. In addition to the 32,000 resident population there is also a dynamic population of 4,000,000 daytime and overnight visitors as well as thousands of secondary homeowners. III. OBJECTIVE AND SCOPE The PCFSD has targeted ensuring the health and safety of its employees as the key objective. The organization believes that an essential method to achieving this objective is to develop and implement a jurisdictionally specific job related physical ability test. The test must be consistent with federal employment law. It should be designed to enhance and sustain an appropriate level of emergency response capability. It should also serve as a benchmark by which job-related physical capacity can be related to positive health-related outcomes. The objective of the project is to develop a singular assessment instrument that by design, policy implementation or legal standard, is applicable to three areas: A) a new hire candidate test, B) a return to duty test and C) a yearly incumbent test.
The test will identify and obtain new hire candidates that have the greatest probability of job success and the lowest probability of injury and illness. The same testing tool, to be administered yearly, will be needed to ensure that incumbents maintain a level of physical ability needed to perform essential and critical job tasks. The same testing tool will also be utilized as a return to duty test to be used for incumbent firefighters that are returning to duty after a long period away from active duty. At a minimum, the selected vendor shall provide the following services: 1. Establish one standardized testing tool: pre- hire test for candidates, an incumbent test for current personnel that are required to perform firefighting tasks, and a return to duty test. 2. The assessment instrument must be developed by the appropriate scientific analysis and test validation process that meets is legally defensible as defined in the Uniform Guidelines on Employee Selections Procedures as published in the Federal Register and 29 Code of Federal Regulations part 1910 regarding Occupational Safety and Health Standards. The project approach should also be consistent for blending with NFPA 1500 (Standard on Fire Department Occupational Safety and Health) and NFPA 1582 (Health Related Fitness Programs for Fire Fighters). 3. The focus of the test validation process and standards development will be to deliver an evaluation tool that will determine the level of physical performance necessary to perform the essential functions of firefighting and ensure new hires and incumbents possess and maintain a minimum level of functional fitness appropriate to successful performance of fire suppression and associated emergency response requirements of the position of firefighter for the PCFPD. Testing tools shall adhere to the following: 1. The test must be scientific and legally defensible based on a jurisdictionally specific job task analysis. 2. The test must show a rational relationship between job and test performance and be able to test a wide range of abilities specific to fire suppression and emergency medical response tasks. 3. The test must apply an unambiguous methodology for rating performances while offering clarity of results based on a valid and unbiased method of scoring. 4. The test must be logistically practical and fiscally responsible with consideration given to availability and low cost of equipment and exhibit an ability to be administered safely and in a reasonable time. P a g e 2
5. The test must be in accordance with applicable state and federal employment laws. 6. The test must include a manual to provide physical enhancement program that will assist firefighters in maintaining a level of fitness needed to sustain job readiness. 7. The test must provide training to proctors/trainers in aspects of both tests and scoring procedures for each. 8. Certification of seven personnel as fitness trainers with the ability to design and implement fitness programs must be a component of the testing process. A class to certify these seven employees should be part of the submitted proposal. Fitness training should be based on applicable scientific foundations and practical applications and provide opportunities for continuing education for these fitness trainers. IV. TERM If the selected firm performs satisfactorily, it is anticipated that the same firm will have an on-going relationship to perform similar services on an as-needed basis. V. PROPOSAL QUALIFICATION REQUIREMENTS Interested parties should include the following information in their proposal: A. Profile of the Proposer The profile of the proposer should provide general background information. This should include: 1. The organization and size of the proposer, whether it is local, regional, national or international in operations. 2. The location of the office from which the work is to be done and the number of professional staff, by staff level, employed at the office must be provided. B. Proposer s Qualifications 1. Identify the staff who will work on the project. 2. Describe recent experience similar to the type of projected RFP. P a g e 3
3. Describe prior experience with governmental entities, specifically special service districts providing fire protection and emergency medical services, including, if possible, client names and work descriptions. C. Proposer s Approach 1. Submit a general work plan to accomplish the scope defined in these guidelines. 2. Provide frequent progress/status report. D. Time Requirements Proposer will provide a proposed project schedule. E. Fees 1. Proposer shall provide a cost proposal that specifies the cost associated with the technical aspects of the standards development project, the cost associated with the training of in house fitness and wellness coordinators, and anticipated travel and per diem expenses for each of these two project components. 2. Description of the proposer s billing practice and payment terms must also be included. F. Non-discrimination Clause Affirm that the firm does not discriminate against any individual because of race, religion, sex, color, age, handicap or national origin, and that these shall not be a factor in consideration for employment, selection of training, promotion, transfer, recruitment, rates of pay, or other forms of compensation, demotion, or separation. VI. EVALUATION OF PROPOSALS P a g e 4 The following criteria will be considered when making an evaluation of the proposals: A. Technical Factors 1. Responsiveness of the proposal in clearly stating an understanding of the services to be performed. a. Appropriateness and adequacy of proposed procedures. b. Reasonableness of time estimates and total hours. c. Approach to delivery of services.
2. Qualifications and relevant experience of firm. 3. Other factors that may be determined by PCFSD to be necessary or appropriate in its discretion. B. Cost C. Right to Reject The PCFSD reserves the right to reject any and all proposals submitted and to request additional information from all proposers. Any contract awarded will be made based on evaluation of all responses, applying all criteria and oral interviews, if necessary, is determined to be the best to perform the policy revision. Any agreement entered into by PCFSD and bidders is on a non-exclusive basis. D. Interpretations PCFSD will be the sole and exclusive judge of quality and compliance with proposal specifications. PCFSD reserves the right to award this contract in any manner it deems to be in the best interest of PCFSD and make the selection based on its sole discretion. PCFSD will retain ownership of the final product. VII. SUBMISSION OF PROPOSALS Three copies of your proposal must be submitted to Park City Fire Service District, Patti Berry, PO Box 980010, Park City, Utah, 84098-0010, or to our physical address at 736 W. Bitner Rd., Park City, Utah, 84098, no later than 5:00 P.M. on Thursday, September 12, 2013. No proposal will be considered that is not received at or prior to the above time and date. VIII. COSTS INCURRED BY PROPOSER Costs for developing a response to the request for proposal, interviews, and contract negotiations are entirely the obligation of the proposer and shall not be charged in any manner to Park City Fire Service District. IX. SOURCES OF INFORMATION Patti Berry can be contacted at (435) 940-2513 for information necessary to complete the proposal. P a g e 5