HomeMy WebLinkAboutDavid Santisteban Service Agmt· PROFESSIONAL SERVICES AGREEMENT
,~ .~j - ~ BETWEEN THE CITY OF MIAMI BEACH, FLORIDA
.... · ~,. .... .~- .' AND DAVID SANTISTEBAN, Ph.D.
TO DEVELOP, VALIDATE, ADMINISTER,
SCORE, REPORT AND REVIEW TESTING PROGRAMS TO
DETERMINE QUALIFIED APPLICANTS FOR POLICE AND FIRE
ENTRY LEVEL AND CLASSIFIED PROMOTIONS
THIS AGREEMENT made and entered into this 77~' day of ~c~-~,~z~.. 20
by and between the CITY OF MIAMI BEACH, FLORIDA (hereinafter referred to as City),
a municipal corporation, having its principal offices at 1700 Convention Center Drive,
Miami Beach, Florida, 33139, and DAVID SANTISTEBAN, Ph.D. (hereinafter referred to
as Consultant), whose address is 626 Coral Way #1603, Coral Gables, FL 33134.
SECTION 1
DEFINITIONS
Agreement: This Agreement between the City and Consultant.
City Manager: The Chief Administrative Officer of the City.
Consultant: For the purposes of this Agreement, Consultant shall be deemed to
be an independent Consultant, and not an agent or employee of
the City.
Services: All services, work and actions by the Consultant performed
pursuant to or undertaken under this Agreement, as described in
Section 2, Exhibit "A", and Attachment 1, as well as outlined in the
Proposed Documents.
Fee: Amount paid to the Consultant to cover the costs of the Services.
Proposal: Proposal Documents shall mean Request for Proposals No. 07-04
/05 for the Services to Develop, Validate, Administer, Score;
Report and Review Testing Programs to Determine Qualified
Applicants for Police and Fire Entry Level and Classified
Promotions, issued by the City in contemplation of this Agreement,
together with all amendments thereto, if any, and the Consultant's
proposal in response thereto (Proposal), which is incorporated by
reference in this Agreement and made a part hereof; provided,
however, that in the event of an express conflict between the
Proposal Documents and this Agreement, this Agreement shall
prevail.
Risk Manager: The Risk Manager of the City, with offices at 1700 Convention
Center Drive, Human Resources and Risk Management
Department, Third Floor, Miami Beach, Florida 33139, telephone
number (305) 673-7000, Ext. 6435, and fax number (305) 673-
7023.
SECTION 2
SCOPE OF WORK
The scope of work to be performed by Consultant is set forth in Exhibit "A", entitled
"Scope of Services." (Services), and is further outlined in Request for Proposals No. 07-
04/05, incorporated herein by reference (See Attachment "1" for a detailed description).
SECTION 3
COMPENSATION
3.1 FIXED FEE
Consultant shall be compensated for the Services, as set forth in Section 2,
Exhibit "A" and Attachment 1, and the Proposal Documents, in an amount not to exceed
$213,975.
3.2 INVOICING
Consultant shall submit an invoice pursuant to the timeline as set forth in Exhibit
"A", upon completion of each of the steps in the selection or promotional testing process
for each classification, which invoices shall include the purchase order number and a
detailed description of the portion of the Services completed.
3.3 METHOD OF PAYMENT
Payments shall be made for Services satisfactorily rendered within thirty (30)
days of the date of invoice, in a manner satisfactory to, and as approved and received
by, the City. Consultant shall mail all invoices to:
City of Miami Beach
Attn: Mayra Diaz-Buttacavoli, Director of Human Resources
1700 Convention Center Drive, 3rd Floor
Miami Beach, Florida 33139
SECTION 4
GENERAL PROVISIONS
4.1 RESPONSIBILITY OF THE CONSULTANT
With respect to the performance of the Services, the Consultant shall exercise
that degree of skill, care, efficiency and diligence normally exercised by recognized
professionals with respect to the performance of comparable Services. In its
performance of the Services, the Consultant shall comply with all applicable laws,
ordinances, and regulations of the City, Miami-Dade County, State of Florida, and
Federal Government.
4.2 PUBLIC ENTITY CRIMES
A State of Florida Form PUR 7068, Sworn Statement under Section
287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's
Procurement Division, prior to commencement of the Services herein.
4.3 DURATION AND EXTENT OF AGREEMENT
The term of this contract is for two (2) years, commencing upon execution of this
Agreement by the parties hereto, and terminating on :j)_f_..c~.',;loo¥. This Agreement may
be renewed for additional two (2) year term at the city's sole and absolute discretion,
upon notice to Consultant, and upon the same terms and conditions.
4.4 TIME OF COMPLETION
The Services to be rendered by the Consultant shall be commenced upon receipt
of a written Notice to Proceed from the City subsequent to the execution of the
Agreement. The Services shall be completed within a mutually agreed upon time frame,
unless additional work is requested and authorized in writing by the City.
4.5 INDEMNIFICATION
Consultant agrees to indemnify and hold harmless the City of Miami Beach and
its officers, employees and agents, from and against any and all actions, claims,
liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for
personal, economic or bodily injury, wrongful death, loss of or damage to property, at
law or in equity, which may arise or be alleged to have arisen from the negligent acts,
errors, omissions or other wrongful conduct of the Consultant, its employees, agents,
sub-consultants, or any other person or entity acting under Consultant's control, in
connection with the Consultant's performance of the Services pursuant to this
Agreement; and to that extent, the Consultant shall pay all such claims and losses and
shall pay all such costs and judgments which may issue from any lawsuit arising from
such claims and losses, and shall pay all costs and attorneys' fees expended bythe City
in the defense of such claims and losses, including appeals. The parties agree that one
percent (1%) of the total compensation to the Consultant for performance of the
Services under this Agreement is the specific consideration from the City to the
Consultant for the Consultant's Indemnity Agreement.
The Consultant's obligation under this Subsection shall not include the
obligation to indemnify the City of Miami Beach and its officers, employees and agents,
from and against any actions or claims which arise or are alleged to have arisen from
negligent acts or omissions or other wrongful conduct of the City and its officers,
employees and agents. The parties each agree to give the other party prompt notice of
any claim coming to its knowledge that in any way directly or indirectly affects the other
party.
4.6 TERMINATION~ SUSPENSION AND SANCTIONS
4.6.1 Termination for Cause
If the Consultant shall fail to fulfill in a timely manner, or otherwise violate
any of the covenants, agreements, or stipulations material to this Agreement, the City
shall thereupon have the right to terminate this Agreement for cause. Prior to
exercising its option to terminate for cause, the City shall notify the Consultant of its
violation of the particular terms of this Agreement and shall grant Consultant seven (7)
days to cure such default. If such default remains uncured after seven (7) days, the
City, upon three (3) days' notice to Consultant, may terminate this Agreement and the
City shall be fully discharged from any and all liabilities, duties and terms arising out
of/or by virtue of this Agreement.
Notwithstanding the above, the Consultant shall not be relieved of liability
to the City for damages sustained by the City by any breach of the Agreement by the
Consultant. The City, at its sole option and discretion, shall additionally be entitled to
bring any and all legal/equitable actions that it deems to be in its best interest in order
to enforce the City's right and remedies against the defaulting party. The City shall be
entitled to recover all costs of such actions, including reasonable attorneys' fees. To
the extent allowed by law, the defaulting party waives its right to jury trial and its right to
bring permissive counter claims against the City in any such action.
4.6.2 Termination for Convenience of City
NOTWITHSTANDING SECTION 4.6.1, THE CITY MAY ALSO, FOR ITS
CONVENIENCE AND WITHOUT CAUSE, TERMINATE AT ANY TIME DURING THE TERM
HEREOF BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION,
WHICH SHALL BECOME EFFECTIVE SEVEN (7) DAYS FOLLOWING RECEIPT BY THE
CONSULTANT OF THE WRITTEN TERMINATION NOTICE. IN THAT EVENT, ALL
FINISHED OR UNFINISHED DOCUMENTS AND OTHER MATERIALS, AS DESCRIBED IN
SECTION 2 AND IN EXHIBIT "A", SHALL BE PROPERLY ASSEMBLED AND DELIVERED
TO THE CITY AT CONSULTANT'S SOLE COST AND EXPENSE. IF THE AGREEMENT IS
TERMINATED BY THE CITY AS PROVIDED IN THIS SUBSECTION, CONSULTANT SHALL
BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED, AS DETERMINED BY THE
CITY AT ITS DISCRETION, UP TO THE DATE OF TERMINATION. PROVIDED, HOWEVER,
THAT AS A CONDITION PRECEDENT TO SUCH PAYMENT, CONSULTANT SHALL
DELIVER ANY AND ALL DOCUMENTS, MATERIALS, ETC, TO CITY, AS REQUIRED
HEREIN.
4.6.3 Termination for Insolvency
The City also reserves the right to terminate the Agreement in the event
the Consultant is placed either in voluntary or involuntary bankruptcy or makes an
assignment for the benefit of creditors. In such event, the right and obligations for the
parties shall be the same as provided for in Section 4.6.2.
4.6.4 Sanctions for Noncompliance with Nondiscrimination Provisions
In the event of the Consultant's noncompliance with the
nondiscrimination provisions of this Agreement, the City shall impose such sanctions
as the City, Miami-Dade County, and / or the State of Florida, as applicable, may
determine to be appropriate, including but not limited to, withholding of payments to
the Consultant under the Agreement until the Consultant complies and/or
cancellation, termination or suspension of the Agreement. In the event the City
cancels or terminates the Agreement pursuant to this Subsection the rights and
obligations of the parties shall be the same as provided in Section 4.6.2.
4.7 CHANGES AND ADDITIONS
Changes and additions to the Agreement shall be directed by a written
amendment signed by the duly authorized representatives of the City and Consultant. No
alteration, change, or modification of the terms of this Agreement shall be valid unless
amended in writing, signed by both parties hereto, and approved by the City Commission
of the City.
4.8 OWNERSHIP OF DOCUMENTS
All documents prepared by the Consultant pursuant to this Agreement are
related exclusively to the Services described herein, and are intended or represented for
ownership by the City. Any reuse, distribution, or dissemination of same by Consultant,
other than to the City, must be first approved in writing by the City.
4.9 INSURANCE REQUIREMENTS
The Consultant shall not commence any work pursuant to this Agreement
until all insurance required under this Section has been obtained and such insurance
has been approved by the City's Risk Manager. The Consultant shall maintain and carry
in full force during the term of this Agreement the following insurance:
1. Consultant General Liability in the amount of $1,000,000, naming the City of
Miami Beach, Florida, as an additional insured.
2. Consultant Professional Liability in the amount of $200,000, naming the City of
Miami Beach, Florida, as an additional insured.
3. Workers Compensation & Employers Liability as required pursuant to Florida
statute.
4. The insurance must be furnished by insurance companies authorized to do
business in the State of Florida and approved by the City's Risk Manager.
5. Original certificates of insurance for the above coverage must be submitted to the
City's Risk Manager for approval prior to any work commencing. These
certificates will be kept on file in the office of the Risk Manager, 3rd Floor, City
Hall.
6. The Consultant is solely responsible for obtaining and submitting all insurance
certificates for its sub-consultants.
All insurance policies must be issued by companies authorized to do business
under the laws of the State of Florida. The companies must be rated no less than "B+"
as to management and not less than "Class VI" as to strength by the latest edition of
Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its
equivalent, subject to the approval of the City's Risk Manager. Compliance with the
foregoing requirements shall not relieve the Consultant of the liabilities and obligations
under this Section or under any other portion of this Agreement, and the City shall have
the right to obtain from the Consultant specimen copies of the insurance policies in the
event that submitted certificates of insurance are inadequate to ascertain compliance
with required overage.
4.9.1 Endorsements
All of Consultant's certificates, above, shall contain endorsements providing that
written notice shall be given to the City at least thirty (30) days prior to termination,
cancellation or reduction in coverage in the policy.
4.9.2 Certificates
Unless directed by the City otherwise, the Consultant shall not commence any
services pursuant to this Agreement until the City has received and approved, in writing,
certificates of insurance showing that the requirements of this Section (in its entirety)
have been met and provided for.
4.10 ASSIGNMENT, TRANSFER OR SUBCONTRACTING
The Consultant shall not subcontract, assign, or transfer any work under
this Agreement in whole or in part, without the prior written consent of the City.
4.11 SUB-CONTRACTORS
The Consultant shall be liable for the Consultant's services,
responsibilities and liabilities under this Agreement and the services, responsibilities
and liabilities of any and all sub-contractors, and any other person or entity acting
under the direction or control of the Consultant. When the term "Consultant" is used
in this Agreement, it shall be deemed to include any sub-contractors and any other
person or entity acting under the direction or control of Consultant. All sub-
contractors must be approved in writing by the City prior to their engagement by
Consultant.
4.12 EQUAL EMPLOYMENT OPPORTUNITY
In connection with the performance of this Agreement, the Consultant
shall not discriminate against any employee or applicant for employment because of
race, color, religion, ancestry, sex, age, and national origin, place of birth, marital
status, physical handicap, or sexual orientation. The Consultant shall take affirmative
action to ensure that applicants are employed and that employees are treated during
their employment without regard to their race, color, religion, ancestry, sex, age,
national origin, place of birth, marital status, disability, or sexual orientation. Such
action shall include, but not be limited to the following: employment, upgrading,
demotion, or termination; recruitment or recruitment advertising; layoff or termination;
rates of pay, or other forms of compensation; and selection for training, including
apprenticeship.
4.13 CONFLICT OF INTEREST
The Consultant agrees to adhere to and be governed by the Metropolitan
Miami-Dade County Conflict of Interest Ordinance (No. 72-82), as amended; and by
the City of Miami Beach Charter and Code, which are incorporated by reference
herein as if fully set forth herein, in connection with the Agreement conditions
hereunder.
The Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirectly which should conflict in any manner or degree
with the performance of the Services. The Consultant further covenants that in the
performance of this Agreement, no person having any such interest shall knowingly
be employed by the Consultant. No member of or delegate to the Congress of the
United States shall be admitted to any share or part of this Agreement or to any
benefits arising therefrom.
4.14 PATENT RIGHTS; COPYRIGHTS; CONFIDENTIAL FINDINGS
Any patentable result arising out of this Agreement, as well as all
information, specifications, processes, data and findings, shall be made available to
the City for public use.
No reports, other documents, articles or devices produced in whole or in
part under this Agreement shall be the subject of any application for copyright or
patent by or on behalf of the Consultant or its employees or sub-contractors, without
the prior written consent of the City.
4.15 NOTICES
All notices and communications in writing required or permitted
hereunder may be delivered personally to the representatives of the Consultant and
the City listed below or may be mailed by registered mail, postage prepaid (or
airmailed if addressed to an address outside of the city of dispatch).
Until changed by notice in writing, all such notices and communications
shall be addressed as follows:
TO CONSULTANT: David Santisteban, Ph.D.
626 Coral Way, #1603
Coral Gables, FI 33134
(305) 445-2471
TO CITY: City of Miami Beach
Attn: Mayra Diaz-Buttacavoli
Director of Human Resources and Risk Management
1700 Convention Center Drive
Miami Beach, Florida 33139
(305) 673-7000, Ext. 6481
Notices hereunder shall be effective:
If delivered personally, on delivery; if mailed to an address in the city of dispatch,
on the day following the date mailed; and if mailed to an address outside the city of
dispatch on the seventh day following the date mailed.
4.16 LITIGATION JURISDICTION/VENUE
This Agreement shall be enforceable in Miami-Dade County, Florida, and if
legal action is necessary by either party with respect to the enforcement of any or all of
the terms or conditions herein, exclusive venue for the enforcement of same shall lie in
Miami-Dade County, Florida.
BY ENTERING INTO THIS AGREEMENT, THE CONSULTANT AND CITY
EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY
JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS
AGREEMENT.
4.17 ENTIRETY OF AGREEMENT
This writing and the Services embody the entire Agreement and
understanding between the parties hereto, and there are no other agreements and
understandings, oral or written with reference to the subject matter hereof that are not
merged herein and superceded hereby. The Services and the Proposal Documents
are hereby incorporated by reference into this Agreement.
4.18 LIMITATION OF CITY'S LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place
a limit on the City's liability for any cause of action for money damages due to an
alleged breach by the City of this Agreement, so that its liability for any such breach
never exceeds the sum of $10,000. Consultant hereby expresses its willingness to
enter into this Agreement with Consultant's recovery from the City for any damage
action for breach of contract to be limited to a maximum amount of $10,000.
Accordingly, and notwithstanding any other term or condition of this Agreement,
Consultant hereby agrees that the City shall not be liable to the Consultant for
damages in an amount in excess of $10,000 for any action or claim for breach of
contract arising out of the performance or non-performance of any obligations imposed
upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in
this Agreement is in any way intended to be a waiver of the limitation placed upon the
City's liability as set forth in Section 768.28, Florida Statutes.
[The remainder of this page left intentionally blank]
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed by their appropriate officials, as of the date first entered above.
FOR CITY: CITY OF MIAMI BEACH, FLORIDA
/
r
By: , · ..
City Clerk yor
Robert Parcher ])avid Dermer
FOR CONSULTANT: DAVID SANTISTEBAN, Ph.D.
.. '~/Propri~tc~r
Print Name
V~tne~
Wi{nes~ '~
Attachment: Exhibit "A" APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
lO
ATTACHMENT 1 - DETAILED SCOPE OF SERVICES
A. GENERAL - REQUIREMENTS:
BASE PROPOSAL:
For Police and Fire Classifications:
Police and Fire:
· Police Certified - (Entry Level)
· Police Non-Certified - (Entry Level)
· Firefighter I Certified - (Entry Level)
· Firefighter I Non-Certified - (Entry Level)
· Police Sergeant - (Promotional)
· Police Lieutenant - (Promotional)
· Firefighter II - (Promotional)
· Fire Lieutenant - (Promotional)
· Fire Captain - (Promotional)
1. Conduct a thorough job analysis for all testing, validation of process.
2. Revise job descriptions and recommend any changes based on the job analysis.
3. Construct physical ability, behavioral assessment center, written tests, oral
tests, or other appropriate selection devices.
4. Administration of any/all portions of the testing process.
5. Score and analyze results, respond to challenges, cutting point, ordered
register of results.
6. Develop and recommend method of final selection and any other processes.
7. Documentation, follow-up, and general services.
ALTERNATE PROPOSAL:
Provide Consultation Services in the following areas:
1. Job Analysis
2. Police and Fire entry level and promotional testing
3. Scoring
4. Revision of job descriptions
5. Background test requirements
6. Any and all relevant technical and procedural assistance with all testing
C. JOB FUNCTION REQUIREMENTS:
PERFORM FUNCTION (BASE PROPOSAL) AND/OR PROVIDE CONSULTATION
SERVICES (ALTERNATE PROPOSAL) RELATING TO THE FOLLOWING
CATEGORIES
1. CONDUCT A THOROUGH JOB ANALYSIS FOR ALL TESTING
la. Develop and conduct job analysis under conditions which assure adequacy and
accuracy of the research and results.
2. Gather and analyze existing pertinent data regarding the classification,
including, but not limited to: last job analysis, existing job specifications, etc.
3. Identify, define, and analyze the tasks and work behaviors, especially the
important and/or critical tasks and work behaviors required for successful
performance constituting most of the job, and their relative importance, and if
the behaviors results in a work product, analyze the work products.
4. Identify and document each Knowledge, Skill, and Ability (KSA) necessary as a
prerequisite to perform critical and/or important work behaviors, including the
identification and documentation of the "Essential Job Functions" per
Americans with Disabilities Act (ADA) guidelines.
5. Operationally define each KSA and the relationship between each KSA and
each work behavior as well as the method used to determine this relationship.
6. Identify and define the important and/or critical prerequisite KSAs or behaviors
to be measured or sampled by the selection devices and recommend minimum
qualifications for application acceptance.
7. Prepare complete detailed report documenting entire process including, but not
limited to, all methodologies, rationales, procedures, and findings of job
analysis.
2. REVISE JOB DESCRIPTIONS
Based upon the job analysis, revise the current job specifications including the
following sections: Nature of Work; Illustrative Examples of Essential Duties;
Knowledge, Skills, and Abilities; Minimum Requirements; Physical
Requirements; Supervision Received; and Supervision Exercised. Note
"Essential Job Functions" per ADA.
3. CONSTRUCT WRITTEN TEST (if applicable)
1.Recommendation as to whether or not a written test should be part of the
testing process for Police or Fire testing.
2. Ensure that no person(s), other than those designated by the City
Manager, shall have access to any information regarding the test, test
items, test development materials, test answers, or any related materials.
3. Ensure that the test items have not been used and will not be used in
whole nor in part by any other past, present, or future client or any other
agency or individual without express written agreement between the City
and the Consultant.
4. Ensure that there is no substantial similarity between any of the items
developed for these classifications and the items on any other
examination prepared for the City without express written agreement
between the City and the Consultant.
5. Give title of the test and all items to the City to be used by the City in any
manner without any additional charge and prevent use by any other
agency or individual.
6. Construct the test of at least 100 items - the format to be agreed to by the
City.
7.Develop test items for each Knowledge, Skills and Ability (KSA) area and
document that the items are an adequate and representative sample of
the KSA content area to be measured, ensuring complete coverage of all
major elements of each KSA content area.
8. Develop items which will discriminate among applicants' levels of
competency.
9. Avoid redundancy and confounding of measurement by ensuring that
each item measures one specific area.
10. Review and edit items to insure freedom from misspelling or grammatical,
typographical, or other errors and freedom of ethnic, gender, or other bias
and to insure that all items are properly prepared in accordance with
accepted testing criteria, are reliable and valid, are directly related to
performance of the job, and are reasonable and defensible.
Il. Provide written source documentation linking each item with the
appropriate KSA, noting source of attribution and the page and paragraph
number or the equivalent to page and paragraph number.
12. Print and deliver sufficient copies of each Written Test.
13.Coordinate and administer Written Test process including site selection,
scheduling and payment. If possible, the City will provide meeting/testing
rooms if available.
14. Score the answer sheets.
15. Return answer sheets to the City.
16. Evaluate the test statistics and item analyses provided by the City and
perform and evaluate adverse impact calculations and any additional
analysis, as the firm deems appropriate.
17. Develop a form to be used for applicant challenges.
18. Review and respond in writing to each applicant challenge, including
justification of correct response.
19. Delete any items warranted based on evaluation of test statistics, item
analyses, and applicant challenges.
20. Determine appropriate cutting point (or passing score).
21. Prepare final scoring key and perform final scoring.
22. Provide the City with a register of the final results of each participant.
23. Validate the entire selection process.
4. CONSTRUCT AND ADMINISTER BEHAVIORAL ASSESSMENT CENTER -
PROMOTIONAL POLICE AND FIRE ONLY.
1. Ensure that no person(s), other than those designated by the City
Manager, shall have access to any information regarding the behavioral
assessment exercises, concepts, development materials,
response/performance guidelines, or any related materials.
2. Ensure that the behavioral assessment exercises have not been used and
will not be used in whole nor in part by any other past, present, or future
client or any other agency or individual without express written agreement
between the City and the Consultant.
3. Construct the behavioral assessment Center - the nature of which to be
determined by the job analysis and agreed to by the City.
4. Develop desired performance/responses for each behavioral assessment
exercise and/or standards/criteria.
5. Review and edit written behavioral assessment exercise materials to
insure freedom from misspelling or grammatical, typographical, or other
errors and freedom from ethnic, gender, or other bias.
6.Validate the Behavioral Assessment Center.
7. Provide orientation sessions for all candidates including guidelines and
descriptions of Behavioral Assessment Center process.
8.Provide and operate videotape and equipment (and backup) so that each
participant is videotaped during non-written behavioral assessment
exercises.
9.Print and deliver sufficient copies of each behavioral assessment exercise.
I 0. Coordinate and administer Behavioral Assessment Center process
including site selection, scheduling and payment. If possible, the City will
provide meeting/testing rooms if available.
11. Select, provide lodging and transportation for, and train assessors per
behavioral assessment exercise. Schedule assessors for videotape and
written exercise evaluation.
12. Determine appropriate Behavioral Assessment Center passing score.
13. Provide the City with a register of the final results including overall score 'for each participant.
14. Provide one-on-one feedback upon request to each participant.
15. Develop a form to be used for applicant challenges.
16. Review and respond in writing to each applicant challenge, including
justification of response.
17. Give title of the Behavioral Assessment Center and all exercises to the
City to be used by the City in any manner without any additional charge
and prevent use by any other agency or individual.
5. CONSTRUCT PHYSICAL ABILITY, BEHAVIORAL ASSESSMENT CENTER,
ORAL TESTS, OR OTHER APPROPRIATE SELECTION DEVICES - ENTRY
LEVEL POLICE AND FIRE ONLY
1. Recommendation needs to be made as to what testing or selection
devices should be required for entry level testing. Testing options should
be considered separately for Police Certified, Police Non-Certified,
Firefighter I Certified, and Firefighter I Non-Certified. The City is open to
all recommendations, based upon the job analysis conducted for future
testing procedures.
2. Develop, administer, analyze, interpret results, and validate such other
appropriate structured selection devices based upon the job analysis.
3. Ensure that no person(s), other than those designated by the City
Manager, shall have access to any information regarding the selection
device, the selection device items, development materials, desired
performance/responses/answers, or any related materials.
4. Ensure that the test items have not been used and will not be used in
whole nor in part by any other past, present, or future client or any other
agency or individual without express written agreement between the City
and the Consultant.
5. Construct the selection devices with weights in proportion to the relative
importance of KSAs or behaviors to be sampled or measured as
determined by the job analysis.
6. Develop selection device components for each KSA or behavioral content
area and document that the components are an adequate and
representative sample of the KSA or behavioral content area to be
measured or sampled, ensuring complete coverage of all major elements
of each KSA or behavioral content area.
7. Develop components which will discriminate among applicants' levels of
competency and which would differentiate among levels of job
performance.
8. Avoid redundancy and confounding of measurement.
9. Review and edit items to insure freedom from misspelling or grammatical,
typographical, or other errors and freedom of ethnic, gender, or other bias
and to insure that all items are properly prepared in accordance with
accepted testing criteria, are reliable and valid, are directly related to
performance of the job, and are reasonable and defensible.
10. Provide written documentation linking each component with the
appropriate KSA or job behavior.
11. Develop desired performance/responses for each component and/or
standards/criteria and a form by which performance is to be evaluated,
scored, analyzed, and interpreted.
12. Print and deliver sufficient copies of the selection devices.
13. If used, develop methods by which selection device raters will be
evaluated and selected.
14. If raters are used, develop and administer rater training and facilitate and
monitor administration of selection device.
15. Produce and evaluate descriptive selection device statistics and analyses
including adverse impact statistics.
16. Review and respond in writing to each applicant challenge, including
justification of correct (desired) performance/response.
1 7. Determine appropriate cutting point (or passing score).
18. Provide the City with an ordered register of the selection device results of
each participant.
19. Prepare complete detailed report documenting entire process including,
but not limited to, all methodologies, rationales, and procedures.
6. DEVELOP AND RECOMMEND METHOD OF FINAL SELECTION AND ANY
OTHER PROCESSES
l.Prepare written recommendation as to the method(s) of referring qualified
candidates fi.om the Eligible List to the Appointing Authority for interview,
consideration and selection. Recommendation would include number of'
candidates to be referred, flexible or set number of candidates, banding of
scores, etc., with appropriate supporting rationale and criteria.
2. Prepare and provide written recommendation of methodology and
procedures for making final selections from among qualified candidates.
3. Prepare written recommendations on any additional processes and
guidelines as are required or advised, such as background investigation,
drag use history, polygraph, psychological and/or psychiatric evaluations,
etc.
7. DOCUMENTATION, FOLLOW-UP, AND GENERAL SERVICES
Task A - Document, prepare comprehensive monthly progress and final
reports, and provide copies to the City of all materials,
methodologies, individuals involved, and steps utilized to provide
these services as well as a copy of all data obtained.
Task B - Document that the selection devices are valid and reliable
measurement instruments and that acceptable and defensible
statistical and other methods were applied.
Task C- Prepare documentation and testimony to appear in court or before
any regulatory authorities or bodies and provide testimony as an
expert witness in conjunction with any challenges, appeals, 'suits,
or grievances which might arise from providing the proposed
services.
Task D - General Services
1. Remain available on an as-needed basis to answer any questions
or clarify or interpret the results of any individual's results.
2. Provide supplemental written material and training to City
personnel to facilitate the use of the Behavioral Assessment
Center results and reports.
3. Defend and/or represent the City and testify on the City's behalf if
any claims or allegations are made regarding the services
provided including, but not limited to, the validity of the test battery
or evaluation methods or results.
4. Maintain all raw test results and notes with respect to each
individual evaluated for the iime period set forth in Florida records
retention or other applicable laws or as specified by the City,
whichever is greater.
5. Research and investigate to insure that all tests, procedures,
results, and interpretations are valid, reliable, cross-cultural, and
legally defensible for the purposes used.
6. Submit a report summarizing evaluation and test results, including
an analysis by ethnicity/race, gender, and age showing adverse
impact, if any, of each component and of entire selection process
and giving recommendations for. future reduction of any adverse
impact.
7. Document that the entire selection process is valid and meets all
required criteria.
D. CITY PROVIDED SERVICES:
A. Provide copies of the existing job analyses, job description, and other
information requested.
B. Coordinate subject matter expert and other meetings involving City
employees, coordinate distribution and return of employee questionnaires,
and contact candidates regarding scheduling.
C. If possible, the City will provide meeting/testing rooms if available
Exhibit "A". Fee Form for Base Proposal: This budget is for a two-year cycle
and it assumes one test administration for each classification.
Test Components
Entry Level Multimodal Entry Level or
Job Analysis* Screening Test (MST) or Promotional Behavioral Total
Promotional Written Test Assessment Cost
Classification
Police Officer 3,475 N/A 18,500'*** $21,975
(Non-Certified) (see note (1) under
alternative tests)*****
Police Officer N/A N/A (Cost included in Non- 0
(Certified)** Certified)
Firefighter I 3,475 13,950'*** 18,500'*** $35,925
(Non-Certified) (see note (2) under (see note (2) under
alternative tests)***** alternative tests)*****
Firefighter I N/A N/A (Cost included in Non- 0
(Certified) Certified)
Police Sergeant 3,475 7,900 20,950****** $32,325
Police Lieutenant 3,475 7,900 19,500 $30,875
Firefighter II 3,475 7,900 20,950 $32,325
(see note (3) under
alternative tests)* * * **
Fire Lieutenant 3,475 7,900 18,900 $30,275
Fire Captain 3,475 7,900 18,900 $30,275
Total $24,325 $53,450 $136,200 $213,975
Police & Fire
· A job analysis is needed every four years. Therefore, the cost shown for the two-year cycle is
half the total cost. The cost includes the update of the respective job description.
· * In many cases the work for the certified and non-certified positions overlap and is therefore covered
under a single cost.
· ** Includes administration of the MST to the first 250 applicants. The cost per additional applicant over
250 is $10.
· *** Includes administration of the entry-level BAP to the first 200 applicants. The cost per additional
applicant over 200 is $40.
· **** Alternative tests:
1) Written multiple-choice Situational Judgment test, which can be used in place of the
Video Based Entry Behavioral Assessment for Police Officer Certified and Non-Certified
and Firefighter Certified -- $9,500 per classification.
2) Written multiple-choice General Abilities and Situational Judgment test combined, which
can be used in place of the Multi-Modal Test and Entry Behavioral Assessment for
Firefighter Non-Certified -- $14,900.
3) Written multiple-choice Situational Judgment test for Firefighter II to be administered
conjointly with the job knowledge written test (in place of the Promotional Behavioral
Assessment)-- $5,700.
· ***** Includes administration of the Sergeant BAP to the first 50 candidates. The cost per additional
candidate over 50 is $150
Fee Form for Alternate Proposal
Activity Projected Consultant Hours Projected Consultant Cost
Job Analysis Off-site: 120 $11,800
On-site: 40
Entry Level Testing Off-site: 60 $7,600
On-site: 40
Promotional Testing Off-site: 150 $15,600
On-site: 60
Scoring Off-site: 100 $10,400
On-site: 40
Revisions of Job (included in job analysis 0
Descriptions cost)
Background Test (included in job analysis 0
Requirements cost)
TOTAL $45,400
Notes:
These cost projections represent an estimate of consultant hours. The actual number of
hours will vary according to the City's degree of involvement in performing the
functions and staff resources dedicated to the project.
The fee for off site consultation is $__70 per hour; the fee for on-site
consultation is $__85 per hour.