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herewith are hereby repealed to the extent of such conflict.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