Loading...
HomeMy WebLinkAboutR-93-0274d-93-194 3/99/93 RESOLUTION NO. 93— 274 A RESOLUTION, WITH ATTACHMENT(S), ACCEPTING THE PROPOSAL OF MORRIS V MoDANIEL, INC., TO CONDUCT A e7OB ANALYSIS FOR THE CLASSIFICATION OF POLICE SERGEANT AND TO DEVELOP A WRITTEN TEST CONSISTING OF 18S MULTIPLE CHOICE QUESTIONS DERIVED FROM A RECOMMENDED PROMOTIONAL BOOK LIST, AND TO CONDUCT AN ORAL BOARD ASSESSMENT OF THOSE DOMAINS OF THE JOB OF POLICE SERGEANT THAT ARE NOT EASILY ASSESSED USING TRADITIONAL PAPER AND PENCIL TESTS, FOR A TOTAL PROPOSED COST OF $40,501.44; ALLOCATING FUNDS THEREFOR FROM THE CITY OF MIAMI POLICE DEPARTMENT GENERAL OPERATING BUDGET, INDEX CODE NO. 290201--270; AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH MORRIS & MCDANIEL, INC., FOR SAID SERVICES. WHEREAS, twenty (20) letters of interest were mailed to various firms to seek a broad range of responses from qualified professionals in the field of Polioe promotional systems design and implementation; and WHEREAS, this servioe will be used by the Polioe Department for the purpose of promoting eligible candidates to the rank of Polioe Sergeant; WHEREAS, the proposal reoeived from Morris N MoDaniel, Ino., was the most advantageous to the City; and 4ATTACHMENT (S) CONTAINED Crff COKMMCK scer iG of MAY 13 M3 x"OhdiftN 93— 274 7 NRERSAS, funds for said services are available from the City Of Miami Polioe Department General Operating Budget, Index Code No. 290201-270; NOW, THMP09E, BE IT RESOLVED BY THE COMMISSION OF TBR CITY OF MIAMI, FLORIDA: Seotion 1. The reoitals and findings oontained in the Preamble to this Resolution are hereby adopted by referenoe thereto and inoorporated herein as if fully set forth in this Seotion. Seotion 2. The proposal of Morris 9 MoDauiel, Ino., to develop and implement a promotional seleotion prooess for the olassifioation of Polioe Sergeant, City of Miami, Florida, in a total proposed amount of $40,601.44 is hereby aooepted, with funds therefor hereby allooated from the City of Miami Polioe Department General Operating Budget, Index Code No. 290201-270. Seotion 3. The City Manager is hereby authorizedl" to enter into an Agreement, in substantially the attaohed form, with Morris & MoDaniel., Ino., for said servioes. Seotion 4. This Resolution shall beoome effective immediately upon its adoption. The herein authorization is further subjeot to oomplianoe with all requirements that may be imposed by the City Attorney, inoluding but not limited to those presoribed by applioable City and Charter Code provisions. 93- 274 - 2 - AT - S . MA TY HIRAI _ CITY CLERK PREPARED AND APPROVED BY: CARMEN L. LEON ASSISTANT CITY ATTORNEY APPROVED AS TO PORK AND CORRECTNESS: A l QIIYN CITY AR CLL:ra: :M3490 -3- VISA L. DUARE24 MAYOR PROFESSIONAL This Agreement entered into this day of , 1993, by and between the City of Miami, a municipal corporation of the State of Florida, hereinafter referred to as ;CITY;, and MORRIS b MCOANIEL INC, hereinafter referred to as ;CONSULTANT.; • RECITAL: WHEREAS, the City is desirous of acquiring the services for (1) the conduct of a job analysis for the Classification of Police Sergeant, (2) the development of a written test consisting of ISS Multiple choice questions derived from a recommended promotional booklist, and (3) the development and conduct of oral board assessments to assess those domains of the job of Police Sergeant that are not easily assessed using traditional paper and pencil tests. WHEREAS, the Consultant has the expertise to perform the aforementioned tasks. NOW, THEREFORE in consideration of the mutual covenants and obligations herein contained, and subject to the terms and conditions hereinafter stated, the parties hereto understand and aaree as follows: TERM: The term of this Agreement shall be from 1993 through 19 II. SCOPE OF SERVICES: Consultant will; A. Conduct job analysis on Police Sergeant classification and generate content validity report linking the reading sources (promotional booklist) to the knowledges, skills and abilities identified in the job analysis. B. Identify/estimate percentage of job domain measured by the written test. Estimate percentage of job domain not measured by the written test which could be measured by in. basket exercise or other assessment measure. -1- 93- 2 '4 Aqvolop a written test (155 multchoice i�te items) to ass_ss job knowledge and familiarity with management principies and practices. 0. Recommend test weights for the written test and oral board assessment. F. Recommend scoring procedure for rank-orderinq candidates based on performance on the written test and oral board - assessment. For exampie, should the written test be graded on a pass/fail basis or should the test results be given aooropriate weight and combined into one overall score. F. Recommend procedure fir pstabllshing pass/fail cutoff point, taking into account the written and oral board assessment. G. Score written test and oral board assessment. Consultant shall generate descriptive statistics such as means and standard deviation. Consultant shall conduct analysis of variance on ethnic group means and group means by sex to = determine if group means differ and to what extent. H. Conduct on -site orientation program to ensure all candidates receive uniform information. This will include written guidelines and rules governing the administration of the oral board assessment. I. Select, obtain and train individuals from the law enforcement community to serve as assessors. Appropriate ethnic and gender representation should be present among assessors. J. Video tape oral board assessments. K. Generate final report documenting the entire process. L. Agree to appear in the City:% behalf in the event of any litigation arising from this promotional process. Consultant is to perform the tasks listed below in relation to the = oral.board assessment. M. Develop original assessment material. _ N. Maximize the standardization of all elements of the oral board assessment procedure. 0. Assure security of all assessment material. P. Recruit sworn officers of the rank of Sergeant or higher to serve on oral board. Q. Provide facility for training board members; train board members. R. Set up logistics of the oral board. S. Assist the City in identifying the most economic assessment facility to conduct oral board. T. Conduct oral board. U. Pay all board members costs. V. Monitor the rating process. M. Provide written feedback to candidates on their performance in the oral board. Feedback will consist of providing each candidate with their overall score and with a skills profile. This will indicate areas in which candidates excelled and the areas of deficiency. - 93- 274 } The City will provide the fallowing: 1. Pacilities to conduct oral board. 2. Video or audio recorders if needed. 3. Personnel to monitor the assessment process and run recording equipment if used. 4. Role players if used. S. Personnel to assist in coordinatinq efforts. Ill. COMPENSATION: A. The City shall pay the CONSULTANT, 540,SOI.44 as compensation upon performance and approval of the tasks stipulated in items A-V in the Scope of Services section of this agreement. B. Such compensation shall be paid ^according to the schedule shown below. JOB ANALYSIS . Work Initiation 50% - $2.260.00 . Job Analysis Report 50% - $2,260.00 TOTAL MRITTEN MULTIPLE-CHOICE TEST . Work Initiation SO% . Final Report SO% TOTAL ORAL BOARD • Work Initiation 15% • Design Oral Board Scenarios, Oevelop Standards 25% • Conduct Oral Board 36% . Conduct Appeal Procedure 2S% b submit Final Report TOTAL -3- $4,S00.00 $2,250.00 $2,250.00 $4,S00.00 - $ 4,725.22 C. the City shall have the right to reviow and audit the time records and related records of CONSULTANT pertaining to any payment by the CITY. IV. CONPLIANCE WITH FEDERAL. STATE AND LOCAL LAMS: Both parties shall comply with all applicable laws, ordinances and codes of federal, state and local governments. f . GENERAL CONDITIONS: A. All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail addressed to the other party at the address indicated herein or as the same may be Changed from tine to time. Such notice shall be deemed given on the day on which personally served; or. if by mail. on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY OF NIANI CONSULTANT Rene P. Larrieu, Deputy Director MORRIS b MCOANIEL. INC.. Dept. of Personnel Management 809 Cameron Street, 2nd F1. 300 Biscayne Blvd. Way, Suite 200 Alexandria, Virginia 22314 Miami, FL 33131 B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached documents, the terms in this Agreement shall rule. D. 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. -4- 93-- 274 E. Should any provisions, aaragraphs, sentences, words or phrases 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 provisions, paragraphs, sentences, words or phrases shall be deemed modified to the extent necessary in order to conform with • such laws, or if not modifiable to conform with such laws, then same shall he deemed severable, and in either, event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. OVNIL SHIPS OF WUNWS: All documents developed by Consultant under this Agreement shall be delivered to City by said Consultant upon completion of the services required pursuant to paragraph It hereof and shall become the property of CITY, without restriction or limitation on its it se. CONSULTANT agrees that ail documents maintained and generated pursuant to this contractual relationship between CITY and CONSULTANT shall be subject to all provisions of the Public Records Law, Chapter 119, Florida Statutes. It is further understood by and between the parties that any information, writings, maps, contract documents, reports or any other matter whatsoever which is given by CITY to CONSULTANT pursuant to this Agreement shall at all times remain the property of CITY and shall not be used by CONSULTANT for any other purposes whatsoever without the written consent of CITY. VII. ® NONDELEGABILITY: That the obligations undertaken by Consultant pursuant to this Agreement shall not be delegated or assigned to any other person or firm unless CITY shall first consent in writing to the performance or assignment of such service or any part thereof by another person or firm. VIII. AUDIT RIGHTS: City reserves the right to audit the records of CONSULTANT at any time during the performance of this Agreement and for a period of one year after final payment is made under this Agreement. IX. AMARD Of AGREEMENT: CONSULTANT warrants that it has not employed or retained any person 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 employed by the City any fee, commission percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of this Agreement. -6- 9`3 ._ 2 7 * { f C6A1tAUC?I4V OF Attempt: this Agreement shall he construed and enforced according to the laws of the State of Florida. XI. SUCCESSORS AND ASSIGNS: This Agreement shall be binding uoon the parties herein, their heirs, executors, legal representatives, successors, and assigns. XII. INDENNIFICAtION: Consultant shall indemnify and save City harmless from and against any and all claims, liabilities, losses, and causes of action which may arise out of Consultent;s wrongful activities under this Agreement, including all other acts or omissions to act on the part of Consultant, including any person acting for or on its behalf, and, from and against any orders, judgments, or decrees which may be entered and from and against all costs, attorneys; fees, expenses and liabilities incurred in the defense of any such claims, or in the investigation thereof. XIII. - LEGAL DEFENSE: In the event of litigation of any nature, the Consultant = shall cooperate with, and assist, the City in the defense of any litigation arising from the administration of the examination, including but not limited to serving as an expert witness J thereat. Consultant agrees to be available for expert testimony should the need dove lop. Three days of expert assistance will be 7 provided at no extra cost to the City of Miami as part of this contract. Consultant shall be remunerated for consultation 'and I assistance during litigation provided the litigation did not result from Consultants wrongful act or omission to act. Remuneration for such consultation shall not be considered part a of this contract and shall be billed at a mutually agreeable — consulting rate. _a 93- 274' ' CONFUCt Of INTEREST: A. Consultant covenants that no person under its employ who presently exercises any functions or responsibilities in connection with this Agreement has any personal financial interests, direct or indirect, with City. Consultant further covenants that, in the performance of this Agreement, no person having such conflicting interest shall be employed. Any such interests on the part of Consultant or its employees, must be disclosed in writing to City. 8. Consultant is aware of the conflict of interest laws of the City of Miami (City of Miami Code Chapter 2, Article V), Dade County Florida (Dade County Code Section 2-11.1) and the State Florida, and agrees that it shall fully comply in all respects with the terms of said laws. XV. INDEPENDENT CONTRACTOR: Consultant and its employees and agents shall be deemed to be independent contractors, and not agents or employees of City, and'shall not attain any rights or benefits under the Civil Service or Pension Ordinances of City, or any rights generally afforded classified or unclassified employees; further he/she shall not be deemed entitled to the Florida Workers; Compensation benefits as an employee of City. TERMINATION OF CONTRACT: City retains the right to terminate this Agreement at any time prior to the completion of the services required pursuant to paragraph II hereof without penalty to City. In that !vent, notice of termination of this Agreement shall be in writing to Consultant, who shall be paid for those services performed prior to the date of its receipt of the notice of termination. In no case, however, will City pay Consultant an amount 1n excess of the total sung provided by this Agreement. 93- 217 3 ' It is hereby understood by and between City and Consultant r that any pay+sent made in accordance with this Section to I Consultant shall he made only if said Consultant is not in ? default under the terns of this Agreement. If Consultant is in default, then City shall in no way be obligated and shall not pay to Consultant Any sum whatsoever. XYII. NONOISCRININATION: Consultant agrees that it shall not discriminate as to race, - sex, color, creed, national origin, or handicap in connection with its performance under this Agreement. Furthermore that no otherwise qualified individual shall, solely by reason of his/her race, sex, color, creed, national origin, or handicap, be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. XYIII. MINORITY PROCUREMENT COMPLIANCE: Consultant acknowledges that it has been furnished a copy of Ordinance No. 10,062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with. all applicable substantive and procedural provisions therein, including any amendments thereto. XIX. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and is subject to amendment or termination due to lack of funds, or authorization, reduction of funds, and/or changes in regulations. -9- 93= 17 IX, DEFAULT PROVISION: In the event that Consultant shall fail to comply with each and every tern► and condition of this Agreement or fails to perform any of the terms and conditions contained herein, then City, at its sole option, upon written notice to Consultant May cancel and terminate this Agreement, and all payments, advances, or other compensation paid to Consultant by City while Consultant • was in default of the provisions herein contained, shall be forthwith returned to City. XXI. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only Agreement of the parties hereto relating to said professional services agreement correctly sets 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. -to- 93- %itt. AMOUNTS: No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by the respective officials thpreunto - duly authorized, this the day and the year first above written. CITY OF NIANI, a municipal corporation of the State of Florida ATTEST: City Clerk ATTEST: Corporation becretAry WITNESSES: By City Manager CONSULTANT: 8y e (Seal) s to UUMULIXHIJ- (NOTE: If Consultant is not a corporation, two witnesses must sign.) APPROVED AS TO INSURANCE APPROVED AS TO FORM AND REQUIREMENTS: CORRECTNESS: Director Risk Management Department r 1 A. QUINN JUNLb a - City Attorney -11- vi 5.' 99 L 27.E t i { CITY OF MIAMI, FLOA1bA CA=3 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM Cesar H. Odio City Manager Recoo andation DATE : March 9, 1993 FILE SUBJECT : Recommendation for Resolution Regarding Police Sergeant Promotional Process REFERENCES: ENCLOSURES: it is respectfully recommended that the City Commission adopt a resolution to award a contract to Morris & McDaniel, Inc., 809 Cameron Street, 2nd Floor, Alexandria, VA, 22314, an out-of-town, non -minority consultant to 1. conduct a job analysis for the classification of Police Sergeant, 2. develop a written test consisting of 155 multiple choice questions derived from a recom- mended promotional booklist and 3. develop and conduct oral board assessments to assess those domains of the job of Police Sergeant that are not easily assessed using traditional paper and pencil tests. It should be noted that this consultant will hire one minority female consultant who will participate in the oral board assess- ment phase of the selection process. To ensure further minority participation in the promotional process, a tri-ethnic panel of City residents will be assembled to assist the Department of Personnel Management in monitoring the promotional process for cultural fairness and sensitivity. Background In an effort to develop and implement a valid, legally defensible selection process which is directly job related, a letter of interest was mailed to twenty (20) consultants nationwide spe- cializing in police promotional systems design/implementation.. A total of eight (8) responses were received and evaluated by a. committee comprised ,of representatives from the Departments of Police, Internal Audits and Reviews, and Personnel Management as well as a representative from the Fraternal Order of Police (F.O.P.). The firm of Morris & McDaniel was ranked No. 1 for the conduct of the job analysis and written test development. This same firm rated third Ord) for the conduct of the oral board assessment. However, the firm of Morris & McDaniel was also the lowest bidder and it was the consensus of the evaluation commit- tee to award the contract to the firm of Morris & McDaniel, Inc. to conduct all components of the promotional selection process for the Police Sergeant classification. 93- 274 i CITY OF MIAMI, FLORIDA INTI A•C1rPICE MEMORANDUM to : Cesar H. Odio DATE : MAR 0 y S93 �E City Mana A suIUECT : Police Sergeant Promotional Process ��i!!M : v i n Ross REPEpENCES Chief of Police ErraosunEs This department has verified that funds are available with the Department of Budget to cover the cost of the Police Sergeant Promotional Process, at a cost of $40,501.44. Funding is to be from the Police Department General Operating Budget, Index Code 290201-270. FINANCE REVIEW & APPROVED BY: H/ Ag- Carlos Garcia, Director Department of Finance BUDGETARY REVIEW I& APPROVED BYs va. a,V„ L O,ia, iJ i i — Depart V of Budget ADDITIONAL APPROVALS (IF REQUIRED) N/t+ Eduardo Rodriguez, CIP Manager City Manager's Office (This form properly signed is part of package to be placed on the agenda resolution cover memorandum). an evaluation and recommendation and must be attached to the -