HomeMy WebLinkAboutResolution - 2025-R0343 - Contract 18796, Morris & Mcdaniel, Police Entry-Level Exams - 07/22/2025Resolution No. 2025-R0343
Item No. 6.17
July 22, 2025
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Contract 18796, for Police Entrance Examinations,
by and between the City of Lubbock and Morris & McDaniel, Inc., and related documents.
Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein
and shall be included in the minutes of the CiTy Council.
Passed by the City Council on uly 22, 2025
MARK W. MCBRAYER, MA OR
ATTEST:
Co ney Paz, City Secretary
APPROVED AS TO CONTENT:
�
Bill How on, Deputy City ager
APPROVEL�/AS TO �ORM:
First Assistant CiTy Attorney
ccdocs IIIRES.Contract-Morris & McDaniel, Inc.
July 9, 2025
Resolution No. 2025-R0343
City of Lubbock, TX
Police Entrance Examinations
Agreement
Contract 18796
This Service Agreement (this "Agreement") is entered into as of the 22"'day of Ju�y 2025
("Effective Date") by and between Morris & McDaniel, Inc. (the Contractor), and the City of Lubbock (the
��City„).
RECITALS
WHEREAS, the City has issued a Request for Proposals Police Entrance Examinations, and
WHEREAS, the proposal submitted by the Contractor has been selected as the proposal which best
meets the needs of the City for this service; and
WHEREAS, Contractor desires to perform as an independent contractor to provide Police Entrance
Examinations upon terms and conditions maintained in this Agreement; and
NOW THEREFORE, for and in consideration of the mutual promises contained herein, the City and
Contractor agree as follows:
City and Contractor acknowledge the Agreement consists of the following exhibits which are
attached hereto and incorporated herein by reference, listed in their order of priority in the event of
inconsistent or contradictory provisions:
1. This Agreement
2. Exhibit A— General Requirements
3. Exhibit B— Best & Final Offer
4. Exhibit C— Insurance Requirements
Scope of Work
Contractor shall provide the services that are specifed in Exhibit A. The Contractor shall execute services
as the named provider. The Contractor shall comply with all the applicable requirements set forth in Exhibit
B and Exhibit C attached hereto.
Article 1
1.1 The contract shall be for a term of one (1) year, with the option of four (4), one-year
extensions, said date of term beginning upon formal approval. This Contract will renew
automatically for the additional terms, unless either Pariy gives 90-day written notice to
terminate the Contract. Actual usage may be more or less. Order quantities will be determined
by actual need. The City of Lubbock does not guarantee any specific amount of
compensation, volume, minimum, or maximum amount of services under this bid and
resulting contract. The Contractor must maintain the insurance coverage required during the
term of this contract including any extensions. It is the responsibility of the Contractor to
ensure that valid insurance is on file with the Purchasing and Contract Management
Department as required by contract or contract may be terminated for non-compliance.
1.2 Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The
rate may be adjusted at the City's discretion for the effective change in Consumer Price Index
(CPI) or Product Price Index (PPI) as appropriate. Further, if the Contractor can provide
documentation for actual charges for material, labor, etc. that demonstrates that the change
in CP[ or PP[ is not sufficient, the Contractor shall provide such documentation to the City,
and at the City's sole discretion, the contractual rate may be further adjusted. If agreement
regarding a new rate cannot be reached, the City shall terminate at the end of the current
contract period. [f an adjustment to pricing is granted under this section, the Contractor must
provide the Director of Purchasing and Contract Management written, quarterly
documentation to justify the ongoing adjustment. If no such documentation is timely
received, the rate will automatically revert to the initial, awarded rate.
l3 The Contractor shall not assign any interest in this Agreement and shall not transfer any
interest in the Agreement, whatsoever, without prior consent of the City.
1.4 All funds for payment by the City under this Agreement are subject to the availability of an
annual appropriation for this purpose by the City. In the event of non-appropriation of funds
by the City Council of the City of Lubbock for the goods or services provided under the
Agreement, the City will terminate the Agreement, without termination charge or other
liability, on the last day of the then-current fiscal year or when the appropriation made for
the then-current year for the goods or services covered by this Agreement is spent, whichever
event occurs first. If at any time funds are not appropriated for the continuance of this
Agreement, cancellation shall be accepted by the contractor on 30 days prior written notice,
but failure to give such notice shall be of no effect and the City shall not be obligated under
this Agreement beyond the date of termination.
1.5 This contract shall remain in effect until the first of the following occurs: (1) the expiration
date, (2) performance of services ordered, or (3) termination of by either party with a 30 day
written notice. The City of Lubbock reserves the right to award the canceled contract to the
next lowest and best bidder as it deems to be in the best interest of the city.
Article 2 Miscellaneous.
2.1 This Agreement is made in the State of Texas and shall for all purposes be construed in
accordance with the laws of said State, without reference to choice of law provisions.
2.2 This Agreement is performable in, and venue of any action related or pertaining to this
Agreement shall lie in, Lubbock. Texas.
2.3 This Agreement and its Exhibits contains the entire agreement between the City and
Contractor and supersedes any and all previous agreements, written or oral, between the
parties relating to the subject matter hereof. No amendment or modification of the terms of
this Agreement shall be binding upon the parties unless reduced to writing and signed by
both parties.
2.4 This Agreement may be erecuted in counterparts, each of which shall be deemed an original.
2.� In the event any provision of this Agreement is held illegal or invalid, the remaining
provisions of this Agceement shall not be aPfected thereby.
2.6 The �vaiver oF a breach of any provision of this Agreement by any parties or the failure of
any parties othecwise to insist upon strict performance of any provision hereof shall not
constit�rte a �vaiver of any subsequent breach or of any subsequent failure to perform.
2.7 This Agreement shall be binding upon and inure to the benefit of the parties and their
respective heirs, representatives and successors and may be assigned by Contractor or the
City to any successor only on the written approval of the other party.
2.8 All claims, disputes, and other matters in question between the Parties arising out of or
relating to this Agreement or the breach thereof, shall be formally discussed and negotiated
between the Parties for resolution. In the event that the Parties are unable to resolve the
claims, disputes, or other matters in question within 30 days of written notification from the
aggrieved Party to the other Party, the aggrieved Party shall be free to pursue all remedies
available at law or in equity.
2.9 At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times,
reserves the right to audit Contractor's records and books relevant to all services provided to
the City under this Contract. In the event such an audit by the City reveals any errors or
overpayments by the City, Contractor shall refund the City the full amount of such
overpayments within 30 days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
2.10 The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court
of competent jurisdiction. Further, the City shall not be subject to any arbitration process
prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein
are cumulative and not exclusive, and may be exercised concurrently. To the extent of any
conflict between this provision and another provision in, or related to, this do.
2.1 1 The contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent
be given, the Contractor shall insure the Subcontractor or shall provide proof of insurance
from the Subcontractor that complies with all contract Insurance requirements document, this
provision shall control.
2.12 Contractor acknowledges by supplying any Goods or Services that the Contractor has read,
fully understands, and will be in full compliance with all terms and conditions and the
descriptive material contained herein and any additional associated documents and
Amendments. The City disclaims any terms and conditions provided by the Contractor unless
agreed upon in writing by the parties. In the event of conflict between these terms and
conditions and any terms and conditions provided by the Contractor, the terms and conditions
provided herein shall prevail. The terms and conditions provided herein are the final terms
agreed upon by the parties, and any prior conflicting terms shall be of no force or effect.
2.13 Contractor acknowled�es by supplying any Goods or Services that the Contractor has read,
fully understands, and will be in full compliance with all terms and conditions and the
descriptive material contained herein and any additional associated docu►nents and
Amendments. The City disclaims any terms and conditions provided by the Contractor unless
agreed upon in writing by the parties. In the event of conFlict bet�veen these terms and
conditions and any terms and conditions provided by the Contractor, the terms and conditions
provided herein shall prevail. The terms and conditions provided hecein are the final terms
agreed upon by the parties, and any prior contlictinb tei•ms shall be of no force or effect.
2.1-4 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist
Organization Prohibited. Pursuant to Section 2252.1 �2 of the Texas Govecnment Code,
prohibits the City from entering into a contract with a vendor that is identified by The
Comptroller as a company known to have contracts with or provide supplies or service with
[ran, Sudan or a foreign terrorist organization.
2.15 Texas Public Information Act. The requirements of Subchapter J, Chapter 552, Government
Code, may apply to this contract and the contractor or vendor agrees that the contract can be
terminated if the contractor or vendor knowingly or intentionally fails to comply with a
requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code
applies to this agreement, Contractor agrees to: (1) preserve all contracting information
related to the contract as provided by the records retention requirements applicable to the
governmental body for the duration of the contract; (2) promptly provide to the governmental
body any contracting information related to the contract that is in the custody or possession
of the entity on request of the governmental body; and (3) on completion of the contract,
either: (A) provide at no cost to the governmental body all contracting information related to
the contract that is in the custody or possession of the entity; or (B) preserve the contracting
information related to the contract as provided by the records retention requirements
applicable to the governmental body.
2.16 No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, a) This
section applies only to a contract that: (1) is between a governmental entity and a company
with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be
paid wholly or partly from public funds ofthe governmental entity. (b) A governmental entity
may not enter into a contract with a company for goods or services unless the contract
contains a written verification from the company that it: (1) does not boycott Israel; and (2)
will not boycott Israel during the term ofthe contract.
2.17 Contractor represents and warrants that: (1) it does not, and will not for the duration of the
contract, boycott energy companies or (2) the verification required by Section 2274.002 of
the Texas Government Code does not apply to the contract. If Contractor is a company with
10 or more full-time employees and if this Agreement has a value of at least $100,000 or
more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does
not boycott energy companies; and will not boycott energy companies during the term of the
Agreement. This verification is not required for an agreement where a governmental entity
determines that these requirements are inconsistent with the governmental entity's
constitutional or statutory duties related to the issuance, incurrence, or management of debt
obligations or the deposit, custody, management, borrowing. or investment of funds.
2.18 TeYas Government Code 2274. By entering into this Agreement, Contractor verifies that: (1)
it does not, and will not for the duration of the contract, have a practice, policy, guidance,
or directive that discriminates against a firearm entity or firearm trade association or (2)
the verification required by Section 227-�.002 of the Texas Government Code does not apply
to the contract. [f Contractor is a company with 10 or more full-time employees and if this
Agreement has a value of at least $100,000 or mo�•e. Contractor verifies that. pursuant to
Texas Govecnment Code Chapter 227�4, it does not have a pcactice. policy, �uidance, or
directive that discriminates against a firearm entity or tirearm trade association: and �vill not
discriminate during the term of the contract against a tirearm entity or firearm trade
association.
2.19 Confidentiality. The Contractor shall retain all information received from or concerning the
City and the City's business in strictest confidence and shall not reveal such information to
third parties without prior written consent of the City, unless otherwise required by law.
2.20 Indemnify. The Contractor shall indemnify and save harmless the city of Lubbock and its
elected officials, officers, agents, and employees from all suits, actions, losses, damages,
claims, or liability of any kind, character, type, or description, including without limiting the
generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for
injury or death to any person, or injury to any property, received or sustained by any person
or persons or property, to the extent arising out of, related to or occasioned by, the negligent
acts of the Contractor, its agents, employees, and/or subcontractors, related to the
performance, operations or omissions under this agreement and/or the use or occupation of
city owned property. The indemnity obligation provided herein shall survive the expiration
or termination of this agreement.
-----INTENTIONALLY LE�'T BLANK-----
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the
day and year first above written. Executed in triplicate.
CITY OF LU BOCK
�
Mar McBrayer, Mayor
C TRACTOR
BY: �d �(
Authorized Representative
TEST:
Courtney Paz, City Secretary
APPROVED AS TO CONTENT:
�G�i�-
Elizabeth Lara, Director of HR and Civil
Service
David M. Morris, President
Print Name/Title
Exhibit A
RFP-25-18796-MA
Police Entrance Examinations
GENERAL REQUIREMENTS
1. INTRODUCTION
a) The City of Lubbock (hereinafter referred to as "City") is seeking proposals from qualified
firms and individuals (hereinafter referred to as "Proposer") for the development,
administration, and scoring of police entrance examinations. The purpose of this RFP is to
identify a vendor capable of delivering fair, consistent, and legally defensible entry-level
examinations that align with the City's hiring goals and comply with local, state, and federal
regulations.
b) Offerors are invited to submit demonstrated competence and qualifications of their firm for
providing these services.
c) The information contained within this document is intended to provide interested firms
with the reyuirements and criteria that will be used to make the selection.
2. SCOPE OF WORK
These examinations are critical for hiring qualified individuals for service police entry-
level positions. The selected vendor will be responsible for developing, administering,
and supporting written examinations in accordance with Section 143 of the Texas Local
Government Code.
1. Exam Development
i. Create exam content tailored to the competencies and skills required for entry-level
positions in the police service.
2. Ensure that exams are job-related and compliant with the Uniform Guidelines on
Employee Selection Procedures (UGESP) https:llwww.ecfr.�ovlcurrentltitle-411subtitle-
Blchapter-601part-60-3.
3. Maintain and review technical information, providing camera-ready originals for test
booklet printing.
4. Provide all necessary test materials such as test booklets, answer sheets, administration
guides. and administcation scripts.
5. Compliance and Consultation:
a) Ensure all examinations comply with Section 143 of the Teras Local Government
Code.
b) Provide consultation services to addcess and respond to any protests or challenges
post-exam ination.
c) Provide job analysis and validation studies to support local use of the
e�caminations.
d) Offer testimony regarding the test theory, design, process, and grading before any
administrative or judicial body if required.
e) Assist in exercise administration, assessor documentation, and data analysis.
2. Exam Administration
t) Provide options for in-person and online test delivery.
2) Ensure secure and accessible test environments, if applicable.
3) Offer secure proctoring solutions (in-person or secure remote).
4) Distribute study guides and test preparation materials.
s) Vendor Qualifications:
i) Demonstrate specialization in the development and administration of content-valid
civil service examinations.
ii) Submit bio-statements outlining the qualifications and prior experience of the
consultants who will develop the examinations.
3. Scoring and Reporting
1) Deliver accurate and timely scoring.
2) Provide detailed scoring reports with breakdowns by section.
3) Offer guidance on interpreting results to support hiring decisions.
4) Scoring and Analysis:
a) Administer and electronically score the examinations, including electronic scanning
of answer sheets.
b) Utilize stand-alone scantron machines for exam scoring.
c) Generate detailed scoring reports listing candidate demographics, scores, and
passlfail status.
d) Conduct adverse impact analyses and transportability analyses to ensure the
validity of testing
pcoducts.
e) Train test scoring specialists to ensure accurate and efficient scoring processes.
=�. Compliance and Documentation
I)Ensure afl e�am materials meet ADA standards for accessibility.
2�vlaintain and provide documentation for records retention in compliance with the City's
policies.
3�Offer legal defensibility documentation if exams are challenQed.
Proposal Requirements
1. Vendor Qualifications
I) Brief history of the company and relevant experience.
2) Examples of previous similar projects.
3) References from past clients.
2. Technical Proposal
1) Description of the proposed approach to exam development, administration, and scoring.
2) Details on security measures and data protection.
3) Accessibility and inclusive considerations.
3. Cost Proposal
1) Detailed breakdown of costs, including development, administration, scoring, and
support services.
2) Any additional fees or optional services.
Exhibit B
�� Morris & McDaniel
Manaoement Consultants
To the City of Lubbock Evaluation Committee:
Re: RFP 25-18796-MA Police Entrance Examinations
Best and Final Offer
117 South Saint Asaph Street
Alexandria, VA 22314
Teleph one: 703-836-3600
Fax: 703-836-4280
www.morrisandmcdaniel.com
Pursuant to request, we are pleased to submit the following as our best and final offer to provide
the required services as contained in the referenced RFP:
Line Item Original gAF Price
Price
#1-1 $10,000.00 $ 9,000.00
#1-2 $ 3,075.00 $ 2,767.50
#1-3 $ 300.00 $ 270.00
#1-4 $ - $ -
Total $13,375.00 $12,037.50
Respectfully submitted with an effective date of June 25, 2025.
rris &�1cDaniel, Inc.
� �
By David M. Morris, President
Exhibit C
INSURANCE REQUIREMENTS
1. INSURANCE REQUIREMENTS
1.l . Prior to the approval of this contract by the City, the Contractor shall furnish a completed [nsurance
Certificate to the City, which shall be completed by an agent authorized to bind the named
underwriter(s) to the coverages, limits, and termination provisions shown thereon, and which shall
furnish and contain all required information referenced or indicated thereon. THE CITY SHALL
HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH
CERTIF[CATE SHALL HAVE BEEN DELIVERED TO THE CITY.
1.2. The City reserves the right to review the insurance requirements of this section during the effective
period of the contract and to require adjustment of insurance coverages and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims
history of the industry as well as the Contractor.
1.3. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved
by the City, the Contractor shall obtain and maintain in full force and effect for the duration of this
contract, and any extension hereof, at Contractor's sole expense, insurance coverage written by
companies approved by the State of Texas and acceptable to the City, in the following type(s)
and amount(s):
Commercial General Liability Requirements: $1M occurrence /$2M aggregate (can be combined
with an Excess Liability to meet requirement). Commercial General Liability to include Products —
Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire),
and Medical Expenses (any one person).
Professional Liability Requirements: $1 M occurrence /$2M aggregate
• The City of Lubbock (including its officials, employees and volunteers) shall be afforded
additional insured status on a primary and non-contributory basis on all liability policies
except professional liabilities and workers' comp.
• Waivers of Subrogation are required for CGL, AL, and WC.
• To Include Products of Completed Operations endorsement.
• Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-
payment.
Carriers must meet an A.M. Best rating of A- or better.
Subcontractors must carry same limits as listed above.
IMPORTANT: POLICY ENDORSEMENTS
The Contractor will provide copies of the policies without expense, to the City and all endorsements thereto
and may make any reasonable request for deletion, revision, or modification of particular policy terms,
conditions, limitations, or exclusions (except where policy provisions are established by law or regulation
binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by the
City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall
pay the cost thereof. Any costs will be paid by the Contractor.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and
certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following
required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional
insureds, (as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees,
and elected representatives for injuries, including death, property damage, or any other loss to
the extent same may be covered by the proceeds of insurance;
e. Provide that a(I provisions of this contract concerning liability, duty, and standard of care
together with the indemnification provision, shall be underwritten by contractual liability
coverage sufficient to include such obligations within applicable policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less
than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF
INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1314Avenue K, 9`" Floor
Lubbock,Texas 79401
Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor shall
not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the contract
documents. Neither shall the bankruptcy. insolvency, or denial of liability by the insurance company exonerate
the Contractor from liability.