Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-94-121I Temp. Reso. #6767 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-94-,Z A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TAMARAC, FLORIDA, AWARDING REQUEST FOR PROPOSAL #93-19 TO DAVID M. GRIFFITH & ASSOCIATES, LTD., FOR THE PURPOSE OF CONDUCTING A COMPREHENSIVE CLASSIFICATION/PAY/BENEFIT STUDY FOR THE CITY OF TAMARAC; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH DAVID M. GRIFFITH & ASSOCIATES, LTD. TO CONDUCT A COMPREHENSIVE CLASSIFICATION/PAY/BENEFIT STUDY FOR THE CITY OF TAMARAC; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac is in need of a Classification, Pay and Benefit Study to provide equity in salaries and benefits for City of Tamarac employees; and WHEREAS, requests for proposals for Consultants to conduct a Professional Classification, Pay, Benefit Study for the City of Tamarac were opened on March 3, 1994; and WHEREAS, it is the recommendation of the Committee to award the request for proposal to David M. Griffith 11 Associates, Ltd. z Temp. Reso. #6767 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: That the foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and is hereby made a specific part of this resolution. SECTION 2: That Request For Proposal #93-19, Contract for Classification, Pay and Benefit Study, be awarded to David M. Griffith & Associates, Ltd. (A copy of RFP #93-19 is attached hereto as Exhibit "A".) SEQTION,_3; That the appropriate City officials are hereby authorized to execute an Agreement with David M. Griffith & Associates, Ltd. for the purpose of conducting a Classification, Pay, and Benefit Study for the City of Tamarac, in an amount not to exceed $36,600.00. (A copy of the Agreement is attached hereto as Exhibit "B".) SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the Ll 3 Temp. Reso. #6767 validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this c�*Z day of ,1994. NORMAN ABRAM MAYOR ATTEST: CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I haves, approved tNs R Ll1TIOAd as to fo MITCHELE S. CITY ATTOF 1 FIECORD OF COUNCIL VOTE MAYOR A13RAMOWITZ DIST.1: V /V / I KATZ DIU. 2: C / PA krjISHK1N DIST. 3: C % M SCHREIESER DIST. 4: C / W MACH!EK! • Bid Opening - Bid No. 93-19 03/03/94-IZ RECEiVED Page 1 of 3 CITY OF TAMARAC "' r A10 ; 0 BID OPENING - BID NO. 93--19 CONTRACT FOR CLASSIFICATION, PAY AND BENEFIT STUDY This bid opening was for Bid. No. 93-19, Contract for Classification, Pay and Benefit Study, as advertised in the Ft. Lauderdale News/Sun Sentinel on Monday, January 3 and Monday, January 10, 1994. This bid opening was held at 2:00 p.m. on Thursday, March 3, 1994, in Conference Room #1 of Tamarac City Hall, 7525 N.W. 88th Avenue, Tamarac, Florida. PRESENT: Sherry Bauer, Director of Purchasing Larry DuPre, Personnel Director Ronald E. Smith, R.E.S. Consultants Irene Zander, Secretary The first bid opened was from R.E.S. Consultants, 1956 U.S. #1 South, St. Augustine, FL 32086, telephone 904-829-2617. Signature: Bid Bond: Submitted: Public Entities Crime Form: Certificate of Insurance: Warranty: Specifications: Variances: Total Bid Price: Ronald E. Smith n/a 1 original, 5 copies Yes n/a n/a n/a Yes Varied upon scope of work The second bid opened was from Cody and Associates, Inc., 305 Jack Drive, Cocoa Beach, FL 32931, telephone 407/783- 3720. Signature: Bid Bond: Submitted: Public Entities Crime Form: Certificate of Insurance: Warranty: Specifications: Variances: Total Bid Price: EXHIBIT A N. Pellegrino, Sr. Ptnr. n/a 1 original, 5 copies Yes n/a n/a n/a Yes Varied upon scope of work Bid Opening - Bid No. 93-19 03/03/94-IZ Page 2 of 3 • The third bid opened was from The Par Group, Executive Office Center, 100 N. Waukegan Road, Suite 200, Lake Bluff, IL 60044, telephone 708/234-0005. Signature: Bid Bond: Submitted: Public Entities Crime Form: Certificate of Insurance: Warranty: Specifications: Variances: Total Bid Price: Paul A. Reaume, Pres. n/a 1 original, 5 copies Yes n/a n/a n/a Yes Varied upon scope of work The fourth bid opened was from Public Sector Personnel Consultants, 6900 East Camelback Road, 7th Floor, Scottsdale, AZ 85251, telephone 602/947-6164. Signature: Bid Bond: Submitted: Public Entities Crime Form: Certificate of Insurance: Warranty: Specifications: Variances: Total Bid Price: Henry Van Aldsburg, Pres. n/a 1 original, 5 copies Yes n/a n/a n/a Yes Varied upon scope of work The fifth bid opened was from Long & Associates, 5743 N.E. 17th Terrace, Fort Lauderdale, FL 33334, telephone 305/491- 8200, fax 305/491-7695. Signature: Bid Bond: Submitted: Public Entities Crime Form: Certificate of Insurance: Warranty: Specifications: Variances: Total Bid Price: 0 EXHIBIT A Carolyn Long, Sr. Ptnr. n/a 1 original, 5 copies Yes n/a n/a n/a Yes Varied upon scope of work Bid Opening - Bid No. 93-19 03/03/94-IZ Page 3 of 3 The sixth bid opened was from David M. Griffin & Associates, 1621 Metropolitan Boulevard, #201, Tallahassee, FL 32308, telephone 904/386-1101, fax 904/386--3599. Signature: Bid Bond: Submitted: Public Entities Crime Form: Certificate of Insurance: Warranty: Specifications: Variances: Total Bid Price: Hal M. Scott, Sr. Mgr. n/a 1 original, 5 copies Yes n/a n/a n/a Yes Varied upon scope of work With no further bids received, this bid opening was closed. Irene M. Zander, �Ocretary 0 EXHIBIT A E AGREEMENT TO PROVIDE PROFESSIONAL HUMAN RESOURCE MANAGEMENT CONSULTING SERVICES TO THE CITY OF TAMARAC, FLORIDA THIS AGREEMENT, entered into this _2'��day of 1994, and effective immediately by and between David M. Griffith & Associa es, Ltd. (hereinafter called the "Consultant") and the City of Tamarac, Florida (hereinafter called the "City"), WITNESSETH THAT: WHEREAS, the City is interested in obtaining human resource management assistance in the development of plans and polices that conform to Federal, State and local requirements and will be approved by their representatives, and WHEREAS, the Consultant is staffed with personnel knowledgeable and experienced in the requirements of human resource consulting work, NOW THEREFORE, the parties hereto mutually agree as follows: 1. Employment of Consultant. The City agrees to engage the Consultant and the Consultant hereby agrees to perform the following Scope of Services. 2. Scope of Services. The Consultant shall do, perform and carry out in a good and professional manner such services as necessary to: A. Analyze City positions to develop a fair and equitable classification and compensation plan that adheres to the precepts of equal pay for equal work: Consultant will conduct a comprehensive job analysis of each job or position within the City to objectively and systematically determine the duties, responsibilities, specifications and content of each job or position, and to establish the necessary data and information base for evaluating each job or position within the City. All City employees subject to the study will complete Consultant's Comprehensive Position Questionnaire. . Consultant will interview employees to confirm job content where agreed upon between the City and the Consultant as necessary, and will interview EXHIBIT B 9 0 department supervisors where agreed upon as appropriate and necessary for additional confirmation. Consultant will analyze each job with the Archer Matrix -Point -Factor Job Evaluation System to determine internal equity and the degree of difficulty associated with each job. Analysis will yield a quantitative score for each position. Consultant will develop a classification plan by grouping jobs of similar difficulty (thus similar quantitative values) in the same grade to establish internal equity. City will provide to the Consultant descriptions of City jobs, and organizational structure data. Consultant will use this data to prepare a salary/benefits survey manual of all City positions summarizing duties, responsibilities and applicable requirements. Consultant will submit the salary/benefits survey manual to agreed upon agencies for the purpose of gathering minimum, mid -point and maximum salaries, and actual salaries where available. Consultant will make subsequent contract with participating agencies to ensure validity and proper analysis of compared jobs/positions. Consultant will use the Archer Matrix -Point -Factor Job Evaluation system to integrate data from the job analysis to develop the classification and compensation plan. Consultant will recommend effective hiring ranges and prepare administrative quidelines to address certain positions identified as requiring special recruitment policies. B. Prepare job descriptions to accurately reflect duties actually being performed by position incumbents, and to include criteria for Americans with Disabilities Act compliance readiness; Consultant will prepare job descriptions that identify essential and non- essential duties of each position; minimum training and experience; necessary certifications and licenses; and required knowledge, skills and abilities. Job descriptions will also include 12 physical and mental ability criteria specific to each position, which will assist the City to achieve compliance readiness with provisions of the Americans with Disabilities Act. Consultant will provide job descriptions in three-ring binders and on computer diskette in a popular word processing or ASCII format, as requested by City. EXHIBIT B /C- il- 1(9-1 C. Develop administrative procedures and language for implementing recommender) plans, including a review of current rules and regulations pertaining to personnel actions. Consultant will confer with City officials to determine financial disposition, salary levels and other variables affecting the City's ability to implement the recommended classification and compensation plan. Based on City's preferences and requests, Consultant will calculate the cost of one implementation plan for the City. Subsequent models will be prepared, if requested, at a per -unit price to be paid by the City. Consultant will train City officials in selected implementation methodologies and procedures. D. Develop a performance management program, including a system for appraising individual employees' performance based on assessment of specific job -content criteria, program criteria, and individual goals and objectives. Consultant will confer with City officials to determine philosophies and desires for appraisal criteria, and develop instruments to be used in appraisal of employees' performance. Consultant will provide training to appropriate City personnel in use and administration of the system. Consultant will also provide the instruments and forms required for training and one (1) performance appraisal cycle, and provide the required data in a popular word processing program to enable the City to produce additional instruments and forms. 3. Time of Performance. The services to be performed hereunder by the Consultant shall be undertaken and completed in such sequence as to ensure their expeditious completion and best carry out the purposes of the agreement. Final reports and associated documents shall be delivered in a 90- to 120-day time frame. The City and Consultant will select mutually agreeable dates for necessary on -site work. 4. Compensation. The City agrees to pay the Consultant a total sum of thirty-six thousand and six hundred dollars ($36,600) for professional fees and expenses. 5. Method of Payment. The Consultant shall be entitled to payment in accordance with the provisions of this paragraph. The Consultant's total fee is due and payable as follows; one-half upon acceptance of this contractual agreement, and the remaining one-half upon delivery of the final reports and products as described in Scope of Services above. Consultant shall be paid as soon as the • City can process such payment. EXHIBIT B L is 6. Independent Contractor. Consultant is an independent contractor under this agreement. Personal services provided by Consultant shall be by employees of the Consultant and subject to supervision by the Consultant and not as officer, employees or agents of City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this agreement shall be those of the Consultant. 7, h n es. The City may, from time to time, require changes in the scope of the services of the Consultant to be performed hereunder. Such changes, which are mutually agreed upon by and between the City and the Consultant, shall be incorporated in written amendment to this agreement. 8. ervices and Materials to be Furnished by City. The City shall furnish the Consultant with all available necessary information pertinent to the execution of the agreement. The City shall cooperate with the Consultant in scheduling and carrying out the work herein. 9. Rights to Terminate Contract. If, through any cause, the Consultant shall fail to fulfill in timely and proper manner his obligation under this agreement, the City shall thereupon have the right to terminate this agreement with or without cause, by giving written notice to the Consultant of such termination at least five (5) days before the effective date of such termination. 10. Indemnification. Each party shall be responsible for its own acts and will be responsible for all damages, costs, fees and expenses which arise out of the performance of this Agreement and which are due to that party's own negligence, tortious acts and other unlawful conduct and the negligence, tortious acts and other unlawful conduct of its respective agents, officers and employees. Nothing contained herein shall be deemed a waiver of the City's sovereign immunity or other right under the law. 11. Limitation of Lia ilit . Except for claims for personal injury and property damage, City agrees that Consultant's total aggregate limit of liability hereunder (whether contract, statutory, in tort or otherwise) for damages on any on or more or all claims (regardless of the number of different or other claims, claimants or occurrences) shall not exceed the total of professional fees paid under this contract. City further agrees that Consultant shall not be liable to City for any indirect, incidental, special or consequential damages, any lost profits or any claim or demand against City by any other party, arising out of or in connection with the performance of service hereunder. EXHIBIT B ,/-cq-1-i1 C� 12. Insurance. Consultant shall maintain in full force and effect during the life of the Contract, general liability insurance (includes blanket contractual coverage) and workers' compensation insurance covering all employees in performance of work under the Contract. Consultant shall submit certificate of insurance in a form and amount acceptable to the City's Risk Manager. Consultant shall indemnify and save City harmless from any damage resulting to them for failure of Consultant to take out or maintain such insurance. 13. Copyright. City acknowledges that the job description format, comprehensive position questionnaire, compensation and classification plan and reports to be provided by Consultant are copyrighted. City agrees that all ownership rights and copyrights thereto lie with Consultant. City may use them solely for and on behalf of City's operations. City agrees that it will take appropriate action by instruction, agreement or otherwise with its employees to satisfy its obligations with respect to use, copying, protection and security of the report format. These provisions are not meant and should not be interpreted to supersede any applicable open records laws requiring City to make documents available to requesting parties. 14. Information and Reports. The Consultant shall, at such time and in such form as the City may require, furnish such periodic reports concerning the status of the project as may be requested be the City. The Consultant shall furnish the City, upon request, with copies of all documents and other materials prepared or developed in relation with or as part of the project. 15. Records and Inspections. the Consultant shall maintain full and accurate records with respect to all matters covered under this agreement. The City shall have free access at all proper times to such records and the right to examine and audit the same and to make transcripts therefrom, and to inspect all program data, documents, proceedings and activities. 16. Compliance with Laws. Consultant agrees that in performance of work and services under this agreement that consultant shall comply with any and all federal, state and local laws and regulations now in effect or hereinafter enacted during the term of this agreement which are applicable to Consultant, its employees, agents or consultants, if any, with respect to the work and services described herein. EXHIBIT B -C4- 0 C� 17. Nondiscrimination. Consultant agrees that it will not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, national origin or handicap, and to abide by all federal and state laws regarding nondiscrimination. Consultant further agrees to insert the foregoing provisions in all subcontracts hereunder, except subcontracts for standard commercial supplies or any materials. Any violation of such provisions shall constitute a material breach of this agreement. 18. Disputes. Disputes concerning any matter referred to herein will be referred to the City Manager of the City of Tamarac or his designee, who shall conduct such investigations and inquiries, including discussions with the Consultant which the City Manger deems appropriate. The City Manager or his designee shall be the sole judge of the merits of this dispute and Consultant shall abide by the decision of the City Manager, 19. Contract_ Dispute. In the event that this contract is the subject of litigation between Consultant and City, the parties hereto agree that this contract shall be construed according to the laws of the State of Florida. 20. Venue. Venue shall be set in Broward County, Florida, for any litigation arising under this agreement. 21. Severa flit . Any provision in this agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity of enforceability of such provisions in any other jurisdiction. Also, the nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or the remainder of this agreement. 22. Accom li hment f Project. The Consultant shall commence, carry on, and complete the project with all practicable dispatch, in a sound economical and efficient manner, in accordance with the provisions thereof and all applicable laws. In accomplishing the project, the Consultant shall take such steps as are appropriate to ensure that the work involved is properly coordinated with related work being carried on within the City. 23. Provisions ConcerningConceming Certain Waivers. Subject to applicable law, any right or remedy which the City may have under this contract may be waived in writing by the City by formal waiver, if, in the judgment of the City, this contract, as so modified, will still conform to the terms and requirements of pertinent laws. EXHIBIT B ,6-yy (,2- ( 24. Matters to --be Disregarded. The titles of several sections, subsections, and paragraphs set forth in this contract are inserted for convenience of reference only and shall be disregarded in construing or interpreting any of the provisions of this contract. 25. Completeness of Contract. This contract and any additional or supplementary document or documents incorporated herein by specific reference contain all the terms and conditions agreed upon by the parties hereto, and no other agreements, oral or otherwise, regarding the subject matter of this contract or any part thereof shall have any validity or bind any of the parties hereto. 26. City not Obligated to Third Parties. The City shall not be obligated or liable hereunder to any party other than the Consultant. 27. When Rights and Remedies not Waived. In no event shall the making by the City of any payment to the Consultant constitute or be construed as a waiver by the City of any breach of covenant, or any default which may then exist, on the part of the Consultant, and the making f any such payment by the City while any such breach or default exits shall in no wise impair or prejudice any right or remedy available to the City in respect to such breach or default. 28. Personnel. The Consultant represents that he has, or will secure at his own expense, all personnel required in performing the services under this agreement. such personnel shall not be employees of or have any contractual relationship with the City. All of the services required hereunder will be performed by the Consultant or under his supervision and all personnel engaged in the work shall be fully qualified to perform such services. 29. QQnsultant Certification. The Consultant certified that the Consultant has not been convicted of bribery or attempting to bribe an officer or employee of the City, nor has the Consultant made an admission of guilt of such conduct which is a matter of record. EXHIBIT B CI 30. Notices. Any notices, bills, invoices, or reports required by this agreement shall be sufficient if sent by the parties hereto in the United States mail, postage paid, to the addresses noted below. On behalf of the Consultant: Mr. Michael R. Hartley Manager David M. Griffith & Associates, Ltd. 1621 Metropolitan Boulevard, Suite 201 Tallahassee, Florida 32308 On behalf of h Cit City Manager City of Tamarac 7525 N.W. 88 Avenue Tamarac, Florida 33321 with a copy to: The City Attorney 7525 N.W. 88 Avenue Tamarac, Florida 33321 0 EXHIBIT B )6.�q,l94 0 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its City Manger signing by and through its City Council, and DAVID M. GRIFFITH & ASSOCIATES, LTD., signing by and through Mr. Robert E. Sheets, Vice President, duly authorized to execute same. CITY CITY OF TAMARAC, FLORIDA By: b-f . ROBERTS. NOE, JR., CITY MA GER ATTEST: zlz- On this �� day of 1994 CAROL A. EVANS, CITY CLERK APPROVED AS TO FORM AND LEJ. SUFFICIENCY: S. Ca)IWNA ATTEST: CONSULTANT DAVID M. GRIFFITH & ASSOCIATES, LTD. By: RROLD WOLF ROBERT E. SHEETS, VICE PRESIDENT CORPORATE SECRETARY On this 17 4j- day of ,Tu ni c: , 1994 EXHIBIT B Ir �; 4- / "-)-/ 0 (CORPORATE SEAL) STATE OF FLORIDA : SS COUNTY OF LEON Before me personally appeared ROBERT E. SHEETS, to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledge to and before me that he executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this day of lifi� 1994. Notary Public, State of Florida at Large sA ft1'n WM AM FREEMAN My commission expires: :.r IN .� My MASSM / CC274913 OM REs OEo AM 7.1997 eaM . •,. M TIDY FAIN m5mom, 0m. Personally known: Produced identification: I DID take an oath, or DID NOT take an oath. 0 EXHIBIT B