Loading...
HomeMy WebLinkAboutR-02-0567J-02-453 5110/02 RESOLUTION NO. 02— 567 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO APPROVE THE FINDINGS OF THE EVALUATION COMMITTEE, PURSUANT TO REQUEST FOR PROPOSALS NO. 01-02-023R, DATED DECEMBER 19, 2001, THAT THE MOST QUALIFIED FIRM TO PROVIDE MANAGEMENT TRAINING SERVICES FOR THE DEPARTMENT OF POLICE IS EASTERN REGIONAL PUBLIC SAFETY INSTITUTE (A DIVISION OF BERNSTEIN & ASSOCIATES) FOR AN INITIAL PERIOD OF ONE YEAR, WITH THE OPTION TO RENEW FOR THREE ADDITIONAL ONE-YEAR PERIODS, IN A TOTAL AMOUNT NOT TO EXCEED $79,250; ALLOCATING FUNDS FROM THE LAW ENFORCEMENT TRUST FUND, PROJECT NO. 690003, SUCH EXPENDITURES HAVING BEEN APPROVED BY THE CHIEF OF POLICE AS COMPLYING WITH THE U.S. DEPARTMENT OF THE TREASURY'S "GUIDE TO EQUITABLE SHARING"; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH EASTERN REGIONAL PUBLIC SAFETY INSTITUTE (A DIVISION OF BERNSTEIN & ASSOCIATES). BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recommendation of the City Manager to approve the findings of the Evaluation Committee, pursuant to 0,Ty CON=SSION MEET MAA 2 1 2002 Resolution No. 02- 567 Request for Proposals No. 01-02-023r, dated December 19, 2001, that the most qualified firm to provide management training services for the Department of Police is Eastern Regional Public Safety Institute (a division of Bernstein & Associates) for an initial period of one year, with the option to renew for three additional one-year periods, in a total amount not to exceed $79,250, is accepted, with funds allocated from the Law Enforcement Trust Fund, Project No. 690003, such expenditures having been approved by the Chief of Police as complying with the U.S. DEPARTMENT of the Treasury's "Guide to Equitable Sharing." Section 2. The City Manager is authorized!' to execute an agreement, in a form acceptable to the City Attorney, with Eastern Regional Public Safety Institute (a division of Bernstein & Associates). Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.? ii The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 3 02— 567 67 PASSED AND ADOPTED this 23rd ATTEST: (R,. , " � -, 0, , '/'Z. PRISCILLA A. THOMPSON CITY CLERK day of May 2002. MANUEL A. DIAZ, AYOR APPROVED AS TO FORM AND CORRECTNESSei ANDRO VILARETZ,O ATTORNEY W6339:tr:LB Page 3 of 3 0-2— 567 4 i CITY OF MIAMI, FLORIDA CA=6 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission RECOMMENDATION DATE: V, n Ay 13 22 ")'/ FILE: si SUBJECT: Consulting Services for Management Training; RFP 01-02-023R REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution approving the findings of the Evaluation Committee as to the most qualified firm to provide Management Training for the Department of Police and authorizing the City Manager to execute a contract, in a form acceptable to the City Attorney, with Eastern Regional Public Safety Institute (a division of Bernstein & Associates, Inc.), a non-local/non-minority vendor located at 4801 S. University Drive, Suite #2080, Ft. Lauderdale, Florida 33328, in an amount no to exceed $79,250, for an initial period of one (1) year with the option to extend for three (3) additional one (1) year periods. Funding is to be provided from the Law Enforcement Trust Fund, Project No. 690003. BACKGROUND The Request for Proposal (RFP) Evaluation Committee has analyzed the proposal received from the sole respondent, Eastern Regional Public Safety Institute (a division of Bernstein & Associates, Inc.), pursuant to RFP No. 01-02-023R for the provision of management training. Twenty-four (24) RFP invitations were mailed and only one (1) response was received. Eastern Regional Public Safety Institute, as the sole respondent, has been deemed by the Evaluation Committee to be responsive in all aspects of the proposal and cost reasonable. Therefore, the Evaluation Committee unanimously recommends the acceptance of this proposal and the selection of Eastern Regional Public Safety Institute, as the provider of management training for both sworn and civilian personnel. (`� FISCAL IMPACT!'- NONE - LETF FUNDED CAG/RM/N fR/H lr 02- 567 Budgetary Impact Analysis 1. Department POLICE Division 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: Management Training for the Department of Police with Eastern Regional Public Safety Institute, in an amount not to exceed $79,250, for an TTT— initial period ot one year with the option to extend or three additional one (1) year periods. 4. Is this item related to revenue? NO: XXX YES (If yes, skip to item #7.) 5. Are there sufficient funds in Line Item? LAW ENFORCEMENT TRUST FUND, PROJECT 690003 YES: Index Code Minor Obj. Code Amount $79,250.00 NO: _ Complete the following questions: 2.9 7. Source of funds: Amount budgeted in the Line Item $ Balance in Line Item $ Amount needed in the Line Item $ Q—fA-\Ari+ A—clo .Zr;11 l,G *ranQforrPrl frnm *r1P fnUnwinor IITP itp.m.cz- ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project No. Transfer done by: From $ From $ From $ To $ Any additional comments? jib l0 -) Date FOR DEPARTMENT OF MANAGEMENT AND BUDGET USE ONLY Verified by: Verified by: Transfer done by: Department of Management and Budget Budget Analyst Budget Analyst Director/Designee q S-2, 60� Date Date a `i- 40 a— Date 02- 567 AFFIDAVIT STATE OF FLORIDA: : SS COUNTY OF DADE : Before me this day personally appeared Raul Martinez who being duly sworn, deposes and says that: I, Raul Martinez, Chief of Police, City of Miami, do hereby certify that this request for expenditure from the City of Miami Law Enforcement Trust Fund, to provide Consulting Services for Management Training from Eastern Regional Public Safety Institute (a division of Bernstein & Associate, Inc.), in an amount not to exceed $79,250, complies with the provisions of the U.S. Department of the Treasury's "Guide to Equitable Sharing." City of Miami Police Subscribed and sworn to before me this day of , 2002, by Raul Martinez, who is personally known to me. NOTPU$LIC TE OF FLORIDA AT LARGE p���� I�� SMILY M Twlm'r COMMISSION NUABBt D0003461 'SOF F, e, MY oommwp N E d FEB. 21 2005 02- 567 RFP 01-02-023R TABULATION BY THE EVALUATION COMMITTEE for CONSULTING SERVICES FOR MANAGEMENT TRAINING FOR THE MIAMI POLICE DEPARTMENT PROPOSER RATER #1 RATER #2 Eastern Regional Public 80 83 Safety Institute Approv Date: AVERAGE SCORE Raters: 1. Mr. Robert Flanders, Retired 81.5 2. Capt. Miguel Exposito, Training Unit, Miami Police Dept. Ms. Lucinda Campbell " Note: Ms. Campbell was originally appointed as an Evaluation Committee member, but was unable to attend 3 scheduled meetings of the Committee, and the Committee proceeded in its evaluation without her participation so as not to delay further. Approved byADirectcr(/ Designee Date: U2-- 567 C -7Y OF ;UAMl . FLORIDA INTER -OFFICE MEMORANDUM - CITY WmA •F RS nFFIcr - : Carlos A. Gimenez-_ �yir.' _7 u 100 02 N 21 PK 2- : 1 i The panel commissioned to review RFP 01-02-023R issued its findings on Wednesday, March 6, 2002, in favor of Eastern Regional Public Safety Institute (a division of Bernstein & Associates, Inc.). There was one competing company, which was bidding to provide management training to the City of Miami Sergeants and Lieutenants. The Committee's findings were in favor of Eastern Regional Public Safety Institute by a unanimous vote. The Committee was originally assigned a three-member panel. One of the three panelists was unable to attend several committee meetings; therefore, the third member was removed from the committee and the committee proceeded with two members. We trust that you will find all to be in order and your signature below will demonstrate your agreement with the Committee's findings. RM: &PRB: MAE: rs Receipt of this correspondence is hereby acknowledged and agreed. !111 1111 �0 - 02 567 REQUESTING ACCEPTANCE OF RFP NO. 01-02-023R ITEM: Consulting Services for Management Training DEPARTMENT: Police TYPE: Request to accept Proposal REASON: It is recommended that the proposal of Eastern Regional Public Safety Institute (a division of Bernstein & Associates, Inc.), be accepted to provide consulting services for management training; authorizing the City Manager to negotiate and execute a Professional Services Agreement, for an initial period of one (1) year, with the option to extend for three (3) additional one-year periods, for the Department Police, at a total cost not to exceed $79,250; allocating funds therefore from the Law Enforcement Trust Fund, Project No. 690003. AWazdlssueRFP 02- 56 PROFESSIONAL SERVICES AGREEMENT This Agreement is entered into this _ day of , 2002 by and between the City of Miami, a municipal corporation of the State of Florida ("City") and the Eastern Regional Public Safety Institute (a division of Bernstein & Associates, Inc.), ("Provider") RECITAL A. The City has issued a Request for Proposals ("RFP") for the provision of management training ("Services") and Provider's proposal ("Proposal"), in response thereto, has been selected as the most qualified proposal for the provision of the Services. The RFP and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are by this reference incorporated into and made a part of this Agreement. B. The Commission of the City of Miami, by Resolution No. , adopted on , approved the selection of Provider and authorized the City Manager to execute a contract, under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Provider and the City agree as follows: TERMS 1. RECITALS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. 2. TERM: The term of this Agreement shall be one (1) year commencing on the effective date hereof. 3. OPTION TO EXTEND: The City shall have' the option to extend for three (3) additional one (1) year periods, subject to availability and appropriation of funds. 02-- 567 4. SCOPE OF SERVICE: A. Provider agrees to provide the Services as specifically described, and under the special terms and conditions set forth in Attachment "A" hereto, which by this reference is incorporated into and made a part of this Agreement. B. Provider represents and warrants to the City that: (i) it possesses all qualifications, licenses and expertise required under the Solicitation Documents for the performance of the Services; (ii) it is not delinquent in the payment of any sums due the City, including payment of permit fees, occupational licenses, etc., nor in the performance of any obligations to the City; (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; and (iv) the Services will be performed in the manner described in RFP Number 01-02-023R. 5. COMPENSATION: A. The amount of compensation payable by the City to Provider shall be based at a rate of $250.00 per candidate, provided however, that in no event shall the amount of compensation exceed $79,250. B. Unless otherwise specifically provided in Attachment `B", payment shall be made within forty-five (45) days after receipt of Provider's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should City require one to be performed. 6. OWNERSHIP OF DOCUMENTS: Provider understands and agrees that any information, document, report or any other material whatsoever which is given by the City to Provider or which is otherwise obtained or prepared by Provider pursuant to or under the terms of this Agreement is and shall at all times remain the property of the City. Provider agrees not to cm:PSA-RFP-EastemRegionWPublicsafetyInstitute 2 c use any such information, document, report or material for any other purpose whatsoever without the written consent of City, which may be withheld or conditioned by the City in its sole discretion. 7. AUDIT AND INSPECTION RIGHTS: A. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Provider under this Agreement, audit, or cause to be audited, those books and records of Provider which are related to Provider's performance under this Agreement. Provider agrees to maintain all such books and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement. B. The City may, at reasonable times during the term hereof, inspect Provider's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Provider under this Agreement conform to the terms hereof and/or the terms of the Solicitation Documents, if applicable. Provider shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Section 18-96 of the Code of the City of Miami, Florida, as same may be amended or supplemented, from time to time. 8. AWARD OF AGREEMENT: Provider represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. cm:PSA-RFP-East=RegionalPublicsafetylnstitute 3 02-- 567 9. PUBLIC RECORDS: Provider understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Provider's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. 10. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Provider understands that agreements between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, record keeping, etc. City and Provider agree to comply with and observe all applicable laws, codes and ordinances as they may be amended from time to time. 11. INDEMNIFICATION: Provider shall indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or in connection with (i) the performance or non-performance of the services contemplated by this Agreement which is or is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive) of Provider or its employees, agents or subcontractors (collectively referred to as "Provider"), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent or contributing) by any act, omission, default or negligence (whether active or passive) of the Indemnitees, or any of them or (ii) the failure of the Provider to comply with any of the paragraphs herein or the failure of the cm:PSA-RFP-EastemRegionalPublicSafetylnstitute 4 U2-µ 56 Provider to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, federal or state, in connection with the performance of this Agreement. Provider expressly agrees to indemnify and hold harmless the Indemnitees, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Provider, or any of its subcontractors, as provided above, for which the Provider's liability to such employee or former employee would otherwise be limited to payments under state Workers' Compensation or similar laws. 12. DEFAULT: If Provider fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then Provider shall be in default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to Provider, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to Provider while Provider was in default shall be immediately returned to the City. Provider understands and agrees that termination of this Agreement under this section shall not release Provider from any obligation accruing prior to the effective date of termination. Should Provider be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Provider shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re - procurement of the Services, including consequential and incidental damages. 13. RESOLUTION OF CONTRACT DISPUTES: Provider understands and agrees that all disputes between Provider and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Provider being entitled to seek judicial relief in connection therewith. In the event that the cm:PSA-RFP-East=RegiorWPublicSafetyInstitute 5 02— 567 amount of compensation hereunder exceeds $4,500, the City Manager's decision shall be approved or disapproved by the City Commission. Provider shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds $4,500, or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (ninety (90) days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. 14. CITY'S TERMINATION RIGHTS: A. The City shall have the right to terminate this Agreement, in its sole discretion, at any time, by giving written notice to Provider at least five (5) business days prior to the effective date of such termination. In such event, the City shall pay to Provider compensation for services rendered and expenses incurred prior to the effective date of termination. In no event shall the City be liable to Provider for any additional compensation, other than that provided herein, or for any consequential or incidental damages. B. The City shall have the right to terminate this Agreement, without notice to Provider, upon the occurrence of an event of default hereunder. In such event, the City shall not be obligated to pay any amounts to Provider and Provider shall reimburse to the City all amounts received while Provider was in default under this Agreement. 15. INSURANCE: Provider shall, at all times during the term hereof, maintain such insurance coverage as may be required by the City. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage shall be furnished to the City on Certificates of Insurance indicating such insurance to be in force cm:PSA-RFP-EastemRegionalPublicSafetylnstitute 6 02-- 567 and effect and providing that it will not be canceled during the performance of the services under this contract without thirty (30) calendar days prior written notice to the City. Completed Certificates of Insurance shall be filed with the City prior to the performance of services hereunder, provided, however, that Provider shall at any time upon request file duplicate copies of the policies of such insurance with the City. If, in the judgment of the City, prevailing conditions warrant the provision by Provider of additional liability insurance coverage or coverage which is different in kind, the City reserves the right to require the provision by Provider of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the Provider fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Contract shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. 16. NONDISCRIMINATION: Provider represents and warrants to the City that Provider does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Provider's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. Provider further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 17. MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT PROGRAM: The City has established a Minority and Women Business Affairs and Procurement Program (the "M/WBE Program") designed to increase the volume of City cm:PSA-R"-EastemRegionWPublicSafetylnstitute 7 02- 567 procurement and contracts with Blacks, Hispanic and Women -owned business. The M/WBE Program is found in Ordinance No. 10062, a copy of which has been delivered to, and receipt of which is hereby acknowledged by, Provider. Provider understands and agrees that the City shall have the right to terminate and cancel this Agreement, without notice or penalty to the City, and to eliminate Provider from consideration and participation in future City contracts if Provider, in the preparation and/or submission of the Proposal, submitted false of misleading information as to its status as Black, Hispanic and/or Women owned business and/or the quality and/or type of minority or women owned business participation. 18. ASSIGNMENT: This Agreement shall not be assigned by Provider, in whole or in part, without the prior written consent of the City's, which may be withheld or conditioned, in the City's sole discretion. 19. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO PROVIDER: Eastern Regional Public Safety Institute 4801 S. University Drive, Suite 2080 Ft. Lauderdale, Florida 33328 c: City of Miami Police Department Chief of Police cm:PSA-RFP-EastemRegionalPublicSafetylnstitute TO THE CITY: City Manager City of Miami 444 S.W. 2nd Avenue Tenth Floor Miami, Florida 33130 and City Attorney City of Miami 8 02- 567 400 N.W. 2 Avenue Miami, Florida 33128 444 S.W. 2nd Avenue Suite 945 - Miami, Florida 33130 20. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. D. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. E. This Agreement constitutes the sole and entire agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. 21. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. cm:PSA-RFP-EasternRegionalPublicsafetylnstitute 9 02- 567 22. INDEPENDENT CONTRACTOR: Provider has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, Provider shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Provider further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Provider, and agrees to provide workers' compensation insurance for any employee or agent of Provider rendering services to the City under this Agreement. 23. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) days notice. 24. REAFIRMATION OF REPRESENTATIONS: Provider hereby reaffirms all of the representations contained in the Solicitation Documents. 25. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 26. COUNTERPARTS: This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same agreement. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. cm:PSA-RFP-EastemRegionalPublicsafetyinstitute 10 02- 567 ATTEST: City Clerk. WITNESS: Print Name: APPROVED AS TO FORM AND CORRECTNESS: ALEJANDRO VILARELLO City Attorney "City" CITY OF MIAMI, a municipal corporation Carlos A. Gimenez, City Manager "Provider" Eastern Regional Public Safety Institute (a division of Bernstein & Associates, Inc.) By: Print Name: Dr. Jeff Bernstein, PsyD. Title: President APPROVED AS TO INSURANCE REQUIREMENTS: R. Sue Weller Acting Risk Management Administrator cm:PSA-RFP-EastemRegionalPublicSafetylnstitute 11 02.' 567 ATTACHMENT "A" SCOPE OF SERVICES Part I Training: Advanced Line Supervision Course To provide approximately nine (9) twenty (20) hour sessions (10 hours per class) at the Miami Police Training Center with approximately twenty (20) sworn and civilian supervisors attending per session to consist of leadership and management training by the Consultant for approximately one hundred sixty-five (165) sworn supervisors (rank of Sergeant) and approximately for one hundred (100) civilian supervisors. Training of all personnel currently employed at the time of this RFP must be completed within the initial term of the contract. Leadership Skills and Development for Effective Management • Identifying types of conflict; • Managing conflict; • Communications skills; • Motivation techniques; • Problem -solving models; • Leadership -management skills; • Evaluations, Labor Relations and Discipline Management Skills Development • Decision-making processes; • Identifying Management Theories • Supervisors versus Management responses; • Effective Leadership techniques; • Training initiatives; • Transition to Sergeant; • Planning and Stang; • Supervisor's Responsibilities; • Ethics and Professionalism; 02- 567 Part II Mandatory Mid -Management Course for Lieutenants To provide approximately five (5) twenty (20) hour sessions at the Miami Police Training Center with approximately ten (10) sworn personnel per session to consist of leadership and management training by the Consultant for approximately fifty-two (52) sworn Lieutenants Training of all personnel currently employed at the time of this RFP must be completed within the initial term of the contract. Leadership Skills and Development for Effective Management • Leadership conflict/managing conflict; • Leadership, Management, and Motivational Skills; • Problem Solving Models and Techniques; • Time Management (in -basket scenarios); • Duties and Responsibilities of Lieutenants in large organizations (role of mid - manager); • Ethics and Professionalism Management Skills Development • Management Techniques (identifying management theories, effective leadership techniques, supervision vs. management responses, improving motivational techniques with rewards and flexibility); • Decision-making processes; • Behavioral/Organizational Management; • Developing Team Vision and Team Building Concepts; • Listening skills for Commanding Officers; • Employee Counseling and Conflict Resolution; • Evaluations, Labor Relations and Discipline (i.e. productivity/performance, objectivity/subjectivity, problem employees, negligent retention, progressive discipline, liability/negligence, failure to train, etc.) 1. Provider will work in conjunction with the Miami Police Department to ensure all its needs are met, and to make any adjustments as deemed necessary in the training materials, dates and times of classes, and other material aspects of the training, as needed. 2. Provider shall include, as a minimum and not be limited to, the following topics in the curriculum to be delivered to students: 3. Provider will provide self-assessment exercises; role-play scenarios; sub -group exercises; and other similar activities in order to ensurb retention of all materials and the necessity for ethical decision-making. cm:PSA-RFP-EastemRegionalPublicSafetylnstitute 13 a2-- 567 4. Prover will provide written attendance, pre and post-tests, of all participants to the Miami Police Department. 5. In conjunction with the City, the Provider shall develop an evaluation process to determine the effectiveness of the training program to the City's personnel and modify the program, if necessary, to enable greater effectiveness over the entire course of any agreement. 6. The Provider will work with designated departmental personnel from the Police Department's Training Unit to establish an on-going linkage between the two entities and to ensure the City's needs are met during the period of any agreement. 7. The Provider will provide the Police Department with quarterly progress reports with information stipulated by the City reflecting the information obtained as a result of the evaluation process, along with observations and recommendations on the training. 8. The Provider must provide his/her own transportation, lodging and meals at his/her cost. 9. Provider will provide self-assessment exercises; role-play scenarios; sub -group exercises; and other similar activities in order to ensure retention of all materials and the necessity for ethical decision-making. 10. Provider will provide written attendance, pre and post-tests, of all participants to the Miami Police Department. 11. In conjunction with the City, the Provider shall develop an evaluation process to determine the effectiveness of the training program to the City's personnel and modify the program, if necessary, to enable greater effectiveness over the entire course of any agreement. 12. The Provider will work with designated departmental personnel from the Police Department's Training Unit to establish an on-going linkage between the two entities and to ensure the City's needs are met during the period of any agreement. 13. The Provider will provide the Police Department with quarterly progress reports with information stipulated by the City reflecting the information obtained as a result of the evaluation process, along with observations and recommendations on the training. The Provider must provide his/her own transportation, lodging and meals at his/her cost. cm:PSA-RFP-EastemRegionalPublieSafetylnstitute 14 ®2_. 567