Loading...
HomeMy WebLinkAboutR-93-0442J-93-472 6/30/93 l RESOLUTION NO. 9 3 - 442 A RESOLUTION, WITH ATTACHMENT(S), ACCEPTING THE PROPOSAL OF MORRIS & MoDANIEL, INC., TO DEVELOP AND IMPLEMENT A CUSTOMIZED ASSESSMENT CENTER PROCESS FOR THE CLASSIFICATION OF POLICE CAPTAIN, CITY OF MIAMI, FLORIDA, AT A TOTAL PROPOSED AMOUNT OF $30,000; 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, thirty-seven (37) Requests for Proposal were mailed to various firms to seek a broad range of responses from qualified professionals in the field of police promotional systems design and implementation; and WHEREAS, this service will be used by the Police Department for the purpose of promoting eligible candidates to the rank of Police Captain; and WHEREAS, the proposal received from Morris & McDaniel, Inc., was the most advantageous to the City; and WHEREAS, funds for said services are available from the City of Miami Police Department General Operating Budget, Index Code No. 290201-270; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: ATTACHMENT (S) CONTAINED CITY COM5USS10I1 MEETING OF JUL 0 8 1993 Aaaolution Na 93- 442 Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The proposal of Morris & McDaniel, Inc., to develop and implement a customized assessment center process for the classification of Police Captain, City of Miami, Florida, in a total proposed amount of $30,000, is hereby accepted, with funds therefor hereby allocated from the City of Miami Police Department General Operating Budget, Index Code No. 290201-270. Section 3. The City Manager is hereby authorized to enter into an Agreement, in substantially the attached form, with Morris & McDaniel, Inc., for said services. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 8th day of July 1993. C.' -XAVIER L. SUAR , MAYOR CITY CLERK PREPARED AND APPROVED BY: i CARMEN L. LEON ASSISTANT CITY ATTORNEY CLL:bss:M3715 -2- APPROVED AS TO FORM AND CORRECTNESS: A.' QU.ZNW JT N S, I I I CITY ATTOIT 93- 442 PROFESSIONAL SERVICES AGREEMENT 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 & MCDANIEL INC. hereinafter referred to as "CONSULTANT." RECITAL: WHEREAS, the City is desirous of acquiring the services of an assessment center for Police Captain promotional procedures; and WHEREAS, the Consultant has the expertise to perform the aforementioned task. 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 agree as follows: TERM: The term of this Agreement shall be from July 8, 1993, through July 7, 1994. II. SCOPE OF SERVICES: Consultant will: A. Conduct job analysis on Police Captain classification and generate content validity report linking the assessment center exercises to the job analysis results. B. Develop no less than three (3) assessment center exercises or other appropriate assessment techniques to directly measure the knowledges, skills and abilities necessary to perform the job functions. Consultant will receive input from Miami Police Department staff in the development of assessment measures. C. Identify percentage of job domain measured by assessment center exercises and identify appropriate assessment measures for assessing that portion of job domain. Determine weight distribution (relative measurement of importance) for all knowledges, skills and abilities measured by the assessment process. -1- 93- 442 D. Deveiop candidate evaluation report. E. Administer assessment center process. F. Score assessment center exercises and generate descriptive statistics such as means and standard deviation. Consultant is to conduct analysis of variance on ethnic group means and group means by sex to determine if group means differ and to what extent. G. Recommend cutoff point on assessment center exercises/process. 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 assessment center process. 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. Select, obtain and train individuals to serve as role players for the assessment exercises. Appropriate ethnic and gender representation should be present among role players. K. Video tape assessment center exercises and conduct ratings from video tape. It is preferred that the same group of assessors be used to assess everyone participating in the assessment center. L. Provide candidates feedback to include a written profile of candidates' performance and plan for improving performance. M.. Prepare final report documenting the entire process for the assessment center. N. Agree to appear on the City's behalf in the event of any litigation arising from the assessment center process. COMPENSATION: A. The City shall pay the CONSULTANT, $30,000.00 as compensation upon performance and approval of the tasks stipulated in items A-N in the Scope of Services section of this agreement. B. Such compensation shall be paid according to the schedule shown below. 15% upon contract initiation 0 $4,500.00 20% upon completion of job analysis - $6,000.00 30% upon development of assessment center exercises - $9,000.00. 93- 442 -2- 30% upon completion of asses—ent center administra- tion - $9,000.00. . 5% upon submission of the final report - $1,500.00. C. The City shall have the right to review and audit the time records and related records of CONSULTANT pertaining to any payment by the CITY. IV. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Both parties shall comply with all applicable laws, ordinances and codes of federal, state and local governments. V. 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 time 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 MIAMI CONSULTANT Rene P. Larrieu, Jr. MORRIS & MCDANIEL, INC., Deputy Director 809 Cameron Street, 2nd F1. Dept. of Personnel Management Alexandria, Virginia 22314 300 Biscayne Blvd. Way, Suite 200 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. 93- 442 D. waiver or breach of any pt..ision 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. E. Should any provisions, paragraphs, 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 be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. VI. OWNERSHIP OF DOCUMENTS: 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 II hereof and shall become the property of CITY, without restriction or limitation on its use. CONSULTANT agrees that all 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. 33- 44 62' -4- VI I. 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. AWARD 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. X. CONSTRUCTION OF AGREEMENT: This Agreement shall be construed and enforced according to the laws of the State of Florida. XI. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. -5- 93- 44 XII. INDEMNIFICATION: 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 Consultant'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. INSURANCE REQUIREMENT: Consultant shall provide the City with professional liability insurance in the amount of $1,000,000 to include errors and omissions on the part of Consultant or its designated representative. Such insurance policy will also name the City as additional insured. XIV. 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 thereat. Consultant shall be remunerated for consultation and assistance during litigation provided the litigation did not result from Consultant's wrongful act or omission to act. Remuneration for such consultation shall not be considered part of this contract and shall be billed at a mutually agreeable consulting rate. 93- 442 XV. CONFLICT 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. B. 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 of Florida, and agrees that it shall fully comply in all respects with the terms of said laws. XVI. 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. XVII. 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 event, 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 in excess of the total sum provided by this Agreement. 93- 4�2 It is hereby understood by and between City and Consultant that any payment made in accordance with this section to Consultant shall be made only if said Consultant is not in default under the terms 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. XVIII. NONDISCRIMINATION: 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. XIX. 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. XX. 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. 93- 442 XXI. DEFAULT PROVISION: In the event that Consultant shall fail to comply with each and every term 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. XXII. 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. 93- 442 N) CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: C . Odio C ger Recommendation CA-5 DATE g% Z 8 1993 FILE SUBJECT : Recommendation for Resolution and Award of RFP #91-92-076 (Police REFERENCES :Captain Assessment Center) 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 develop and implement a customized assessment center for the classification of Police Captain. It should be noted that the hispanic firm of JWK International will be used as a 5% minority subcontractor. The cost for this specialized professional service is $30,000 and will be paid from the Police Department's General Operating Budget, Index Code 290201-270. Background In an effort to develop and implement a selection system which is directly job related and simulates actual job conditions, a Request For Proposal (R.F.P.) was developed by the Department of Personnel Management. The proposal was mailed to over 30 consultants nationwide specializing in police promotional system design and implementation. A total of seven 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.). 1*The firm of MORRIS & MCDANIEL, INC.,. was ranked number 1 by the evaluation committee. This firm's bid was also the lowest at $30,000. Based on the evaluation committee recommendation, it is recommended that the contract be awarded to the firm of MORRIS & MCDANIEL, INC. 93- 442 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Judy S. Carter Chief Procurement Officer ;OM: Flivelf nr ss of Police DATE : MAY 2 8 1993 FILE SUBJECT Police Captain Assessment Center REFERENCES. ENCLOSURES. This department has verified that funds are available with the Department of Budget, to cover the cost of a Police Captain Assessment Center, at a cost not to exceed $30,000. Funding is to be from the Police Department General Operating Budget, Index Code 290201-270. FINANCE REVIEW & APPROVED BY: Carlos Garcia, Director Department of Finance BUDGETARY REVIEW &'APPROVED BY: h r�y Manol rana, Director / Depa m n of Budget ADDITIONAL APPROVALS (IF REQUIRED) Eduardo Rodriguez, CIP Manager City Manager's Office ,.._(This form properly signed is part .of the bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) T� 3 93- 442