Loading...
HomeMy WebLinkAboutExhibit1-SUBTHIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. PROFESSIONAL SERVICES AGREEMENT This Professional Services Agreement is entered into this day of 200 (but effective as of ) by and between the City of Miami, a municipal corporation of the State of Florida ("City") and EB Jacobs, LLC, a foreign limited liability company of the State of Pennsylvania ("Provider"). RECITAL A. The City has issued a Request for Proposals No. 316283 ("RFP") for the provision of Fire -Rescue Department test services for Chief Fire Officer, Captain and Lieutenant ("Services") and Provider's proposal ("Proposal"), in response thereto, has been selected as the most qualified proposal for the provision of the Services. The RFP and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are by this reference incorporated into and made a part of this Agreement. B. The Commission of the City of Miami, by Resolution No. adopted on , 200_, approved the selection of Provider and authorized. the City Manager to execute a contract, under the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Provider and the City agree as follows: TERMS 1. RECITALS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. /1— ov7,29 Exh; b�'�-/ Su0 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. 2. TERM: The term of this Agreement shall be for four (4). years with an option for two (2) additional two (2) year periods commencing on the effective date which shall be when this Agreement is fully executed. 3. OPTION TO EXTEND: The City shall have two (2) option(s) to extend the term hereof for a period of two (2) years each, subject to availability and appropriation of funds. City Commission approval shall not be required as long as the total extended term does not exceed eight (8) years and additionally as long as the amount of compensation does not exceed $1,750,000.00. 4. SCOPE OF SERVICE: A. Provider agrees to provide the Services as specifically described, and under the special terms and conditions set forth in Attachment "A" hereto, which by this reference is incorporated into and made a part of this Agreement. B. Provider represents and warrants to the City that: (i) it possesses all qualifications, licenses and expertise required under the Solicitation Documents for the performance of the Services; (i.i) it is not delinquent in the payment of any sums due the City, including payment of permit fees, occupational licenses, etc., nor in the performance of any obligations to the City; (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; and (iv) the Services will be performed in the manner described in Attachment "A". 5. COMPENSATION: A. The amount of compensation payable by the City to Provider shall be based on the rates and schedules described in Attachment `B" hereto, which by this reference is incorporated Doc. No.: 326537 2 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. into this Agreement; provided, however, that in noevent shall the amountofcompensation throughout the contract term and renewal options cumulatively exceed $1,750,000.00. B. Unless otherwise specifically provided in Attachment `B", payment shall be made within forty five (45) days after receipt of Provider's proper invoice, as that term is defined by the Local Government Prompt Payment Act, Section 218.70, et. seq., Florida Statutes, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should City require one to be performed. If Provider is entitled to reimbursement of travel expenses (i.e., Attachment `B" includes travel expenses as a specific item of compensation), then all bills for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. 6. OWNERSHIP OF DOCUMENTS: Provider understands and agrees that any information, document, report or any other material whatsoever which is given by the City to Provider or which is otherwise obtained or prepared by Provider pursuant to or under the terms of this Agreement is and shall at all times remain the property of the City. Provider agrees not to use any such information, document, report or material for any other purpose whatsoever without the written consent of City, which may be withheld or conditioned by the City in its sole discretion. 7. AUDIT AND INSPECTION RIGHTS: A. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Provider under this Agreement, audit, or cause to be audited, those books and records of Provider which are related to Provider's performance under this Agreement. Provider agrees to maintain all such books and records at its principal place of business for a period of three (3) years after final payment is made under this Doc. No.: 326537 3 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. Agreement. All audits shall be subject to and made inaccordance with the provisions.of Section 18-102 of the Code of the City of Miami, Florida, as same may be amended or supplemented from time to time. B. The City may, at reasonable times during the term hereof, inspect Provider's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or services required to be provided by Provider under this Agreement conform to the terms hereof and/or the terms of the Solicitation Documents, if applicable. Provider shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Section 18-100 and 18-101 of the Code of the City of Miami, Florida, as same may be amended or supplemented, from time to time. 8. AWARD OF AGREEMENT: Provider represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 9. PUBLIC RECORDS: Provider understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Provider's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. Doc. No.: 326537 4 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. 10. COMPLIANCE WITH FEDERAL, STATE. AND. LOCAL LAWS: .Provider understands that agreements between private entities and local governments are subject to certain laws, codes, rules and regulations, including, without limitation, laws pertaining to public records, conflict of interest, record keeping, etc. City and Provider agree to comply with and observe all applicable laws, codes and ordinances as they may be amended from time to time. 11. INDEMNIFICATION: Provider shall indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or in connection with (i) the performance or non-performance of the services contemplated by this Agreement which is or is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive) of Provider or its employees, agents or subcontractors (collectively referred to as "Provider"), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent or contributing) by any act, omission, default or negligence (whether active or passive) of the Indemnitees, or any of them or (ii) the failure of the Provider to comply with any of the paragraphs herein or (iii) the failure of the Provider to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, federal or state, in connection with the performance of this Agreement. Provider expressly agrees to indemnify and hold harmless the lndemnitees, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Provider, or any of its subcontractors, as provided above, for which the Provider's liability to such Doc. No.: 326537 5 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. employee or former employee would otherwise be .limited to payments under. state Workers' Compensation or similar laws. 12. DEFAULT: If Provider fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then Provider shall be in default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to Provider, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to Provider while Provider was in default shall be immediately returned to the City. Provider understands and agrees that termination of this Agreement under this section shall not release Provider from any obligation accruing prior to the effective date of termination. Should Provider be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Provider shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the procurement of the Services, including consequential and incidental damages. 13. RESOLUTION OF CONTRACT DISPUTES: Provider understands and agrees that all disputes between Provider and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Provider being entitled to seek judicial relief in connection therewith. In the event that the amount of compensation hereunder exceeds $25,000, the City Manager's decision shall be approved or disapproved by the City Commission. Provider shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by the City Commission if the amount of compensation hereunder exceeds $25,000, or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, Doc. No.: 326537 6 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL, BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. accompanied by all supporting documentation.(90 days if City Manager's decision issubject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed by the City Manager. 14. CITY'S TERMINATION RIGHTS: A. The City shall have the right to terminate this Agreement, in its sole discretion, at any time, by giving written notice to Provider at least five (5) business days prior to the effective date of such termination. In such event, the City shall pay to Provider compensation for services rendered and expenses incurred prior to the effective date of termination. In no event shall the City be liable to Provider for any additional compensation, other than that provided herein, or for any consequential or incidental damages. Provider shall have recourse against the City for a termination under this Section except to be paid any compensation for services incurred and due prior to the date of termination. B. The City shall have the right to terminate this Agreement, without notice to Provider, upon the occurrence of an event of default hereunder. In such event, the City shall not be obligated to pay any amounts to Provider and Provider shall reimburse to the City all amounts received while Provider was in default under this Agreement. 15. INSURANCE: Provider shall, at all times during the term hereof, maintain insurance coverage and limits of insurance in accordance with Insurance Exhibit C. . All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage shall be furnished to the City on Certificates of Insurance indicating such insurance to be in force and effect and providing that it will not be canceled during the performance of the services under this contract without thirty (30) calendar days prior written notice to the City. Completed Certificates of Insurance shall be filed with the Doc. No.: 326537 7 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT, City prior to the performance of services hereunder, provided, however, that Provider shall at any time upon request file duplicate copies of the policies of such insurance with the City. If, in the judgment of the City, prevailing conditions warrant the provision by Provider of additional liability insurance coverage or coverage which is different in kind, the City reserves the right to require the provision by Provider of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the Provider fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Contract shall be 'considered terminated on the date that the required change in policy coverage would otherwise take effect. 16. NONDISCRIMINATION: Provider represents and warrants to the City that Provider does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Provider's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. Provider further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 17. ASSIGNMENT: This Agreement shall not be assigned by Provider, in whole or in part, without the prior written consent of the City's, which may be withheld or conditioned, in the City's sole discretion. 18. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other Doc. No.: 326537 8 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. address as a party may designate by notice given as herein provided. Notice shall bedeemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO PROVIDER: TO THE CITY: Rick R. Jacobs, Ph.D. Principal EB Jacobs, LLC 300 South Burrowes Street State College, PA 16801 19. MISCELLANEOUS PROVISIONS: A. Johnny Martinez, P.E. City Manager 3500 Pan American Drive Miami, Florida 33133 Julie O. Bru City Attorney 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130 Beverly Pruitt Human Resources Director City of Miami 444 SW 2nd Avenue, 7th Floor Miami, Florida 33130 This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in all proceedings shall be in Miami -Dade County, Florida and the parties agree to the use of this venue. In any civil action or other proceedings between the parties arising out of the Agreement, each party shall bear its own attorney's fees. B. Agreement. C. Title and paragraph headings are for convenient reference and are not a part of this No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective sunless made in writing. Doc. No.: 326537 9 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. D. Should any provision, paragraph, . sentence, .word or phrase . contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. E. This Agreement constitutes the sole and entire agreement between the parties hereto. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the parties hereto. 20. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns. 21. INDEPENDENT CONTRACTOR: Provider has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, Provider shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Provider further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Provider, and agrees to provide workers' compensation insurance for any employee or agent of Provider rendering services to the City under this Agreement. 22. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of allocated and available funds, reduction or Doc. No.: 326537 10 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. discontinuance of funds or change in laws, codes, rules, policies or regulations, upon thirty (30) days notice. 23. REAFFIRMATION OF REPRESENTATIONS: Provider hereby reaffirms all of the representations contained in the Solicitation Documents. 24. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only agreement of the parties relating to the subject matter hereof and correctly set forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 25. COUNTERPARTS: This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same agreement. Doc. No.: 326537 11 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. IN WITNESS WHEREOF, the parties hereto have caused this . instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "City" CITY OF MIAMI, a municipal AT 'EST: corporation By: Priscilla A. Thompson, City Clerk Johnny Martinez, P.E., City Manager "Provider" ATTEST: EB Jacobs, LLC, a foreign limited liability company By: Print Name: Print Name: Rick Jacobs Title: Company Secretary Title: Manager/Principal APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS: Julie O. Bru City Attorney Doc. No.: 326537 Calvin Ellis, Director Risk Management 12 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. ATTACHMENT "A" PROJECT REQUIREMENTS (From RFP 316283) Doc. No.: 326537 13 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCU MENT. Request for Proposals (RFP) 316283,2 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK The City is seeking the services of a personnel selection Consultant to develop and implement a series of customized examination processes with a parallel form for each exercise for each exam administration, for each of the classifications of Chief Fire Officer, Fire Captain and Fire Lieutenant, on behalf of the Department of Human Resources. During the initial four (4) year term of the contract, it is anticipated the Successful Proposer shall provide (i.e., develop, administer, score and report on) three (3) to four (4) examinations for the classification of Chief Fire Officer, three (3) to four (4) examinations for the classification of Fire Captain, and three (3) to four (4) examinations for the classification of Fire Lieutenant. For each optional two (2) year term of the contract if extended by the City, it is anticipated the Successful Proposer shall provide one (1) examination for the classification of Chief Fire Officer, one (1) examination for the classification of Fire Captain, and one (1) examination for the classification of Fire Lieutenant. However, it should also be noted that should it be in the City's best interests, and at its sole option, the number of examinations may increase, or decrease accordingly, at anytime throughout the term of the contract, including all extension terms, based upon the needs of the City at that time. The promotional processes for each classification will consist of customized examination processes, and seniority credit for time -in -grade. The scores that will be used to establish the Eligible Register for these promotional processes will be made up of two components. The first component is a weight of 80% of the overall score from the Consultant's examination process: the second component is a weight of 20% of the candidate's seniority points in accordance with Civil Service Rule 6, and if applicable, International Association of Fire Fighters, AFL-CIO, Local 587 (IAFF) Union contract with the City. The following are approximations for Chief Fire Officer and Fire Lieutenant of the number of candidates expected to sit and participate, for each examination process and during each of the anticipated four (4) year contract period(s): 40 for Chief Fire Officer and 120 for Fire Lieutenant. However, be advised these numbers may be for more or less, depending upon need. The number of anticipated candidates for Fire Captain is estimated at 110. The actual number of candidates expected to sit and participate in any given examination process may vary such that a hurdle process may be required for some test cycles and not for other test cycles. 3.1 TESTING PROCEDURE OBJECTIVES The testing procedure for each classification over the life of the contract shall: 1. Be based on a corresponding job analysis for the targeted position. 2. Be directly job -related. 3. Be reasonably perceived as fair and objective by the candidates. 4. Be standardized to ensure comparability of scores across candidates. 5. Be developed with input from staff from the Department of Fire -Rescue and the Department of Human Resources. 6. Entail multiple assessment measures. 7. Meet the Federal "Uniform Guidelines on Employee Selection Procedures" and current professional standards, including but not limited to, the Society for Industrial and Organizational Psychology "Principles for the Validation and Use of Personnel Selection Procedures", and/or American Educational Research Association/American Psychological Association/National Council on Measurement in Education "Standards for Educational and Psychological Testing". The Consultant must be qualified and experienced in the design and implementation of Fire -Rescue promotional Page 34 of 48 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. Request for Proposals (RFP) 316283,2 systems. 3.2 PROJECT REQUIREMENTS The Consultant shall: 1. Abide by timetables outlined herein over the life of the contract and for each classification, with the understanding that timetables outlined herein may be superseded by provisions outlined in the current International Association of Fire Fighters, AFL-CIO, Local 587 (IAFF) Labor Agreement. These timetables are estimates only and subject to change. The City shall provide reasonable written notice of any changes to specified timetable. 2. Conduct an analysis to determine whether a job -analysis is required for the first testing cycle and, if needed, conduct initial and legally defensible job -analysis according to current professional and legal standards within 90 calendar days after the execution of the Agreement for each of the classifications of Chief Fire Officer, Fire Captain and Fire Lieutenant. 3. Develop an examination that is appropriate to directly measure the knowledge, skills, abilities, and other characteristics (KSAOs) identified in the job analysis(es) as necessary to perform the job functions within 130 calendar days of the completion of the job analysis(es) for each of the classifications of Chief Fire Officer, Fire Captain and Fire Lieutenant. 4. Develop no less than three (3) examination exercises for each examination and for each classification that is appropriate to directly measure the knowledge, skills, abilities, and other characteristics (KSAOs) that are identified in the job analysis(es) within 130 calendar days of the completion of the job analysis(es) necessary to perform the job functions for the classifications of Chief Fire Officer and Fire Captain. Consultant will have input from subject matter experts (SME) from the Department of Fire -Rescue including final review of exercises. The Department of Human Resources (DHR) will also have input into the development of examination measures and must approve exercises after Fire -Rescue Department SME approval. Each examination process must have a preparation manual/study guide published and delivered to DHR in electronic format by the test Consultant, with sample exercises, at least 60 days prior to the administration of the examination. All exercises must require responses which are recorded by the candidate on paper and/or verbally to live assessors. 5. Develop no less than three (3) written examinations for each examination that are appropriate to directly measure the knowledge, skills, abilities, and other characteristics (KSAOs) that are identified in the job analysis within 130 calendar days of the completion of the job analysis necessary to perform the job functions for the classification of Fire Lieutenant. The written examinations shall assess the job knowledge of candidates and will be based on the sources identified by the book committee comprised of an equal number representatives from Fire -Rescue Management and the Bargaining Unit. Consultant will have input from subject matter experts (SME) from the Department of Fire -Rescue. The Department of Human Resources (DHR) will also have input into the development of examination measures and must approve exercises after Fire -Rescue Department SME approval. Each examination process must have a preparation manual/study guide published and delivered to DHR in electronic format by the test Consultant, with sample exercises, at least 60 days prior to the administration of the examination. All exercises must require responses which are recorded by the candidate on paper in multiple-choice and/or matching and/or scenario format(s) with at least four (4) reasonable alternative answers. 6. Develop a parallel form for each exam exercise for each exam for each classification for each day of testing that exceeds a one (1) day administration period. In addition, develop one (1) extra form for each and every exercise beyond the number of days of testing that will not be used during the test administration process. For the classification Fire Lieutenant, develop one (1) parallel exam for each and every administered written examination with the same number, and type, of questions each of which must be unique (or different) from the first examination. 7. Work with the Department of Fire -Rescue and Department of Human Resources to develop one (1) book list for each examination and for each classification based upon a current Job Analysis, if not already developed. The Page 35 of 48 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. Request for Proposals (RFP) 316283,2 book lists must be the sole source of examination material for each classification. Each list for each examination and for each classification must be published a minimum of 90 days prior to the administration of the exam. Source materials are to be compared with the job analysis data to ensure that all items, exercises, etc. are drawn from included source materials and are representative of the job content. Parallel exercises must also be developed by the Primary Consultant's firm or agency from the booklist. Provide written rationale to the Department of Human Resources, Testing and Validation Section for each recommendation as to the number of job knowledge questions generated for each written exam and written rationale for the number of questions per book list source generated for each written exam. 8. Identify percentage of job domain measured by each customized examination process and for each classification (e.g., simulation, role-play) within 60 days prior to the first day of the administration of the exam. Identify area(s) of job domain not measured by each examination process and identify appropriate measures for assessing that portion of job domain for the classification. Reviews must be based on the current job analysis for the appropriate classification, 9. Prepare and submit for approval to the Department of Human Resources all candidate instructions for all appropriate exercises for all appropriate classifications in electronic format at least 21 calendar days prior to the first examination date. 10. The Project Manager, or the individual as proposed and responsible to work directly with the City on an as -needed basis throughout the life of the contract to perform the scope of services and administer the examination(s) (identified herein as the Primary Consultant), and at least one additional member from the Primary Consultant's firm or agency shall be present for all days and exercises of the on -site test administration for each exercise, for each examination process and for each classification. Both the Primary Consultant and the one additional member from the Primary Consultant's firm or agency shall have a minimum of a Masters degree in Industrial and Organizational Psychology or closely related field. The number of staff from the Consultant's firm or agency shall be appropriate in a number commensurate with the logistical needs of each situation. The Primary Consultant will be in possession of all materials needed during the duration of the test administration of each exercise for each examination for each classification. Location of test sites is the responsibility of the City. City staff approved by the Department of Human Resources may be used as proctors for the examination process. The number of City staff approved by the Department of Human Resources may be used as proctors for the examination process will vary with a minimum of four (4) City staff members available for each exercise, for each examination process and for each classification. 11. Successfully implement a hurdle examination process for Fire Captain in the event that the number of candidates expected to sit and participate in any given examination within the contracted time frame necessitates a hurdle process. 12. Primary Consultant's firm or agency, under the direct supervision of the Primary Consultant, shall support the appeal process in place for all written examinations by conducting a thorough review of all appeals submitted during the appeal process and by providing a written report to the Supervisor of the Testing Division of the DHR in a confidential mannerwithin 30 calendar days after the last day of the written appeal process. The written "Recommendations Report" shall include, but not limited to, the following for all appealed questions: the original item, source(s), keyed answer, a summary of candidate arguments, Psychometric results (proportion selected, overall point-biserial correlations, point-biserial correlations for low and high test performers and overall), conclusion and recommendation (e.g., keep as originally keyed, double -key, delete.) 13. Primary Consultant's firm or agency, under the direct supervision of the Primary Consultant, shall score each examination for each classification and generate descriptive statistics begiririirig with means and standard deviations. Primary Consultant shall analyze the scores from each examination process to determine the extent to which group means differ by ethnicity/race and by gender for each classification, present said analyses to DHR for review, and include said analyses in the final report. Analyses to include, but not limited to: adverse impact, Page 36 of 48 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. Request for Proposals (RFP) 316283,2 validity, and exercise and examination reliability by sub -dimension and overall, item difficulty, item descriptives, and item homogeneity, etc., where applicable. 14. Primary Consultant shall ensure that all scoring calculations and results are error free and completed within 14 days after the last exam administration for an examination process that does not include an appeal or hurdle process. Primary Consultant shall ensure that all scoring calculations and results are error free and completed within 14 days after the final determination of the written exam appeal committee for an examination process that includes an appeal process. Should a hurdle process be required, Primary Consultant shall ensure that all final scoring calculations and results are error free and completed within 14 days after the last exam administration. 15. Data entry and scoring is to be completed by at least two different individuals working independently with results matched for agreement. Any and all discrepancies in data -entry, scoring calculations, and scoring results shall be resolved quickly in a fair and unbiased manner by the Primary Consultant who shall have a minimum of a Masters degree in Industrial and Organizational Psychology or closely related field. 16. Primary Consultant shall recommend a cutoff score within 14 days after the administration of the exam that includes a hurdle process and provide written rationale for each recommendation given including the establishment of the cutoff score. All cutoff scores recommended by the Primary Consultant must be based on the results of an appropriate validation study conducted according to professional standards. The Department of Human Resources reserves the right to review and approve the recommended cutoff point for each examination process. 17. Primary Consultant or qualified consultant's representative shall provide an on -site orientation program for each examination, for each classification to ensure that all candidates receive uniform information for the applicable examination 90 days prior to the administration of the exam. The orientation will include written guidelines and rules that will govern each exam administration of each examination process for each classification and a "Questions and Answers" packet for each exam process for each classification. Each "Questions and Answers" packet must be submitted by the Primary Consultant to the Department of Human Resources, Testing and Validation Section staff at least 30 days prior to each test administration for each classification and will summarize the questions and issues raised at the on -site orientation with acceptable responses to each question. 18. Consultant shall contact, screen, select, secure, obtain, train and ensure the presence of individuals from the Fire -Rescue community to serve as assessors/role players/raters for each exercise, for each exam for each classification, where applicable, pending approval of the Department of Human Resources, Testing and Validation Section. All assessors will be from (a) United States agencies, (b) comparable in size and/or selected demographics (e.g., ethnicity, race, gender) to the Department of Fire -Rescue, (c) outside of the State of Florida, and (d) of the same rank or higher rank as the classification being tested. Every effort must be made by the Primary Consultant to ensure that each exam process for each classification has appropriate ethnic/racial and gender representation among assessors used in exercises for each classification. The selection and training of potential assessors/role players/raters and the ethnic/racial and gender background making up the assessor panel must be approved by the Department of Human Resources for each classification process a minimum of 45 days prior to each exam administration for each classification. The Department of Human Resources reserves the right to require that consultants use separate role players from that of assessors. It is preferred that individuals serve as either an assessor or a role player but not in both capacities. A minimum of three (3) assessors must participate in training and assessment for all exercises with the exception of the Letter or Memo Writing, Simulation, or other DHR approved exercise(s) for which a minimum of two (2) assessors must participate in training and assessment. The City reserves the right to require that the Primary Consultant contact, screen, select, secure, obtain, train and ensure the presence of an additional assessor and/or role player and/or rater for each exercise for each exam for each classification to serve as an alternate should a primary assessor and/or role player and/or rater be unable to carry out their duties as an assessor and/or a role player and/or a rater, respectively. Primary consultant will develop and otherwise prepare and administer assessors/role players/raters training materials and administer training for assessors/role players/raters. The Primary Consultant or consultant's representative shall photocopy, duplicate, Page 37 of 48 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. Request for Proposals (RFP) 316283,2 collate, organize, prepare and otherwise be responsible for all related clerical duties surrounding the preparation of assessor/role player/rater materials for the purpose of training and administration and for additional assessors/role players/raters where proposed and appropriate to the task. The City reserves the right to have representation present from the Department of Human Resources at any and all processes that involve assessors/role players/raters, including but not limited to orientations and/or training sessions and/or selection proceedings and/or assessment processes and/or scoring. The same number of assessors/role players/raters must be used to assess everyone participating in a specific exercise requiring assessors/role players/raters for each classification, respectively and as applicable. Candidates will be scored by the same assessors/role players/raters for each exercise of each exam for each classification. The cost of one alternate assessor and/or rater and a sufficient number of role players shall be included in the pricing, should the Proposer's submission require the use of assessors and/or role players and/or raters. 19. The Primary Consultant shall provide candidates, within 45 days after the last exam administered for each classification, with proper feedback to include a written profile of candidate's performance from their examination processes, and a plan for improving performance that shall be developed from candidate score(s) for each exam and for the classifications of Chief Fire Officer and Fire Captain. This feedback must be specific to the performance in each exercise and the scoring guidelines for each exercise, in order for the candidates to learn what could have been said/done that would have improved his or her score(s); this will be provided so that candidates can improve on their performance on future examinations. If a hurdle examination process is administered, only those who competed in the entire process (Le., all exercises) shall receive written feedback. 20. The Primary Consultant shall provide evidence (e.g., statistics) supporting the content validity and reliability of each exam for each classification in a separate final report to the Department of Human Resources, Testing and Validation Section. Actual scores for each candidate including, but not limited to raw, standardized, and computed, must be provided to the City for each candidate for each exam in each classification within 14 days following completion of the exam administration. In addition, the Primary Consultant shall provide recommendations in the final report for each exam for each classification to assist the City with preparing examination candidates for future processes. This report should include sufficient information to assist the City in developing future training programs for promotional candidates after for each exam for each classification. 21. The Primary Consultant shall establish the content validity for each examination for each classification by documenting the links between the Job Analysis and examination process and exercises in accordance with the Federal "Uniform Guidelines on Employee Selection Procedures" and current professional standards including, but not limited to, the Society for Industrial and Organizational Psychology "Principles for the Validation and Use of Personnel Selection Procedures", and/or American Educational Research Association/American Psychological Association/National Council on Measurement in Education "Standards for Educational and Psychological Testing". This information shall be included in each final report along with documentation of exam development, administration, scoring for all exams, exercises, components, etc. Submit a camera-ready copy and electronic copy of the final validation report within 60 days after the last day of each examination administration. The final report shall also include a detailed explanation of any and all controls and safeguards used to eliminate rater errors or other biases and ensure accurate analytical interpretation and completeness and all documents provided to candidates and assessors, role players and raters (e.g., test plan, study/prep guide, Questions and Answer Packet, assessor/role player/rater training manuals, assessor/role player/rater rating materials). 22. The Primary Consultant or qualified individual from the Consultant's firm or agency shall provide three (8 hours) days of post-test consultation inclusive in proposed fees, as well as maintaining fixed and firm fees throughout the initial term of the contract for the Specifications/Scope of Work cited herein, including any additional work as necessary. The Primary Consultant shall, as part of the Contract, agree to appear on the City's behalf as an expert witness in the event of any litigation arising from any of the examination processes for each classification. The Primary Consultant agrees to appear for a total time of three (3) days up to eight (8) hours per Page 38 of 48 THIS DOCUMENT ISA SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. Request for Proposals (RFP) 316283,2 day without any additional financial costs to the City. The Primary Consultant shall be responsible for transportation, lodging, and meals. After the three (3) days has been utilized, the Primary Consultant shall be allowed to charge the City his or her reasonable daily rate at time of Contract for any additional days for the services relating to litigation and/or appearing as an expert witness; said appearance and resulting costs have to be approved by the City in advance of travel. The consultant shall be responsible for travel time, transportation, lodging and meals during the first three (3) days of post-test consultation. Reasonable travel expenses, a rental car allowance, hotel accommodations, and a meal allowance for appearance(s) arising from litigation shall be paid to the Primary Consultant by the City as additional costs upon approval by the City and in accordance with 5112.061, Florida Statutes. 23. The Primary Consultant shall propose a fixed and firm lock rate for all exams within the time period of the contract. 24. The Primary Consultant shall furnish all equipment, materials, supervision or supplies necessary for completion of all the services specified in this RFP. Failure to possess the necessary materials and equipment in order to satisfactorily perform the services may result in the default/termination of contract and/or postponement of payments and/or postponement of test. Consequently, the Primary Consultant must develop, validate, and administer, etc. a new examination with all applicable exercises at no cost to the City within an expedient time frame. Should a re -administration occur as a result of default herein, the Primary Consultant agrees to waive any and all fees related to Item #22 regarding fee charges beyond the three 8-hour days of service for expert testimony and/or litigation arising as a result of the re-examination for each classification. 25. All work shall be performed by, or under the direct supervision of, the Primary Consultant. All associates used on each project are to have a minimum of a Masters degree in Industrial and Organizational Psychology or closely related field. Work of a clerical nature or involving data -entry shall not require associates with a minimum of a Masters degree in Industrial and Organizational Psychology or closely related field. Scoring calculations and results shall be ensured by the Primary Consultant who shall have a minimum of a Masters degree in Industrial and Organizational Psychology or closely related field. All work performed must conform to the ethical and professional guidelines, principles, and standards outline in the Federal "Uniform Guidelines on Employee Selection Procedures" and current professional standards including, but not limited to, the Society for Industrial and Organizational Psychology "Principles for the Validation and Use of Personnel Selection Procedures", and/or American Educational Research Association/American Psychological Association/National Council on Measurement in Education "Standards for Educational and Psychological Testing". 26. Should the Primary Consultant leave the employ of the Successful Proposer during the initial and extension term(s) of the contract, as applicable, the City reserves the right to approve, or not approve, its replacement. In addition, the City reserves the right to seek a replacement of the Primary Consultant, should the City determine he/she is not performing in accordance with the terms and conditions of the scope of work/services. 3.3. PROJECT SCHEDULE - The project schedule as identified herein is subject to change by the City throughout the duration of the contract, including extensions. However, the initial three (3) to four (4) examinations for Chief Fire Officer, Fire Captain and Fire Lieutenant during the initial four (4) years of the contract are expected to be completed by the end of 2016, inclusive of an initial two (2) examinations for Chief Fire Officer, Fire Captain and Fire Lieutenant by the end of 2013. Project Schedule: Included in this RFP is an anticipated project schedule of events or process milestones that illustrates the time -frame requirements for conducting the work described above. Work is anticipated, following successful contract execution, to begin the month of November 2012 for the administration of the initial set of examinations for the classifications of Chief Fire Officer, Fire Captain and Fire Lieutenant. Proposer must submit a proposed timeline outlining the anticipated services and activities of their proposal and duration, subject to Page 39 of 48 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. Request for Proposals (RFP) 316283,2 Department of Human Resources' approval within 130 calendar days of the earliest exam date. Proposed timeline shall include, but is not limited to, treatment of the following areas: details of exarn format(s), job analytic task groups by exam component, description of all exams/exercises/components, candidate performance evaluation, test development, KSAOs per task group and per exam component, target ability and knowledge areas by exercise, project schedule, etc. See below a more detailed, approximate timeline for the administration of the examinations for the three (3) classifications. These dates are approximate only, and subject to change. The development, administration and scoring of subsequent examination processes (i.e., the second and third promotional examination processes) for the Chief Fire Officer, Fire Captain and Fire Lieutenant classifications is subject to contract renewal by the City at its discretion. [Project schedule will be based upon the timeline provided by Purchasing.) CHIEF FIRE OFFICER Activity Anticipated Date(s) Conduct Job Analysis for Exam #1 September 2012 — November 2012 Written Exam and Oral Board Development for Exam #1 December 2012 — March 2013 Administer Exam #1 April 2013 Establish Eligibility Register #1 June 2013 Written Exam and Oral Board Development for Exam #2 February 2014 — May 2014 Administer Exam #2 June 2014 Establish Eligibility Register #2 August 2014 Written Exam and Oral Board Development for Exam #3 March 2016 — June 2016 Administer Exam #3 July 2016 Establish Eligibility Register #3 September 2016 Written Exam and Oral Board Development for Exam #4 April 2018 —July 2018 Administer Exam #4 August 2018 Establish Eligibility Register #4 October 2018 * Per Article 10 of the IAFF Labor Agreement. FIRE CAPTAIN Page 40 of 48 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. Request for Proposals (RFP) 316283,2 Activity Anticipated Date(s) Conduct Job Analysis for Exam #1 September 2012 - November 2012 Written Exam and Oral Board Development for Exam #1 December 2012 - March 2013 Administer Exam #1 May 2013 Establish Eligibility Register #1 July 2013 Written Exam and Oral Board Development for Exam #2 March 2014 -June 2014 Administer Exam #2 July 2014 Establish Eligibility Register #2 September 2014 Written Exam and Oral Board Development for Exam #3 April 2016 -July 2016 Administer Exam #3 August 2016 Establish Eligibility Register #3 October 2016 Written Exam and Oral Board Development for Exam #4 May 2018 - August 2018 Administer Exam #9 September 2018 Establish Eligibility Register #4 November 2018 * Per Article 10 of the IAFF Labor Agreement. FIRE LIEUTENANT Activity Anticipated Date(s) Conduct Job Analysis for Exam #1 September 2012 - November 2012 Written Exam and Oral Board Development for Exam #1 January 2013 - April 2013 Administer Exam #1 May 2013 Establish Eligibility Register #1 July 2013 Written Exam and Oral Board Development for Exam #2 May 2014 - August 2014 Page 41 of 48 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. Request for Proposals (RFP) 316283,2 Administer Exam #2 September 2014 Establish Eligibility Register #2 November 2014 Written Exam and Oral Board Development for Exam #3 July 2017 - October 2017 Administer Exam #3 November 2017 Establish Eligibility Register #3 January 2018 The 4th Fire Lieutenant process is anticipated to occur after the expiration (8 years) for the new contract. Page 42 of 48 A. Project Price Proposal B. Project Hourly Rates Doc. No.: 326537 ATTACHMENT "B" 14 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. RFP No. 316283 Attachment A THIS DOCUMENT ISA SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. PRICE PROPOSAL FORM REQUEST FOR PROPOSALS (RFP) 316283 FOR CHIEF FIRE OFFICER, CAPTAIN AND LIEUTENANT EXAMINATION PROCESSES CLASSIFICATIONS COST/FEE PER EXAMINATION TOTAL ESTIMATED EXAMINATIONS EXTENDED AMOUNTS Chief Fire Officer 104, 085.00 4 416, 340. 00 Fire Captain 115, 581. 00 4 462, 324. 00 Fire Lieutenant 71, 731.00 4 286, 924. 00 TOTAL PRICE PROPOSAL 1, 165, 588 _ 00 FOR EACH CLASSIFICATION, THE MULTIPLICATION OF THE "COST/FEE PER EXAMINATION", AND THE "TOTAL ESTIMATED EXAMINATIONS" RESULTS IN THE "EXTENDED AMOUNTS". THE "EXTENDED AMOUNTS" TOTAL CONSTITUTES THE PROPOSER'S "TOTAL PRICE PROPOSAL" AND IS THEN APPLIED TO THE FOLLOWING FORMULA TO DETERMINE THE PROPOSER'S "PRICE PROPOSAL POINTS": (LOWEST "PRICE PROPOSAL"/PROPOSER'S "PRICE PROPOSAL") x 20 POINTS (MAXIMUM PRICE PROPOSAL POINTS) = PROPOSER'S "PRICE PROPOSAL POINTS". Company Name: EB Jacobs , LLC Company Contact Signature: Company Contact Name: Janet Echemendia, President / 2 012 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. Proposal in Response to Request for Proposal (RFP) No. 316283 Request for Proposals for Chief Fire Officer, Capt. & Lt. Examination Processes COST PROPOSAL EB Jacobs acknowledges receipt of two RFP 316283 Addenda. Addendum 1 was received May 30 2012. Addendum 2 was received on June 7, 2012. All information in the addenda was considered in our response. Confidentiality Statement: This proposal includes data that shall not be disclosed outside of the proposal review process of the City of Miami Government, Florida (the City) and shall not be duplicated, used or disclosed, in whole or in part, for any purpose except for use in the procurement process, and as mandated by applicable law. If, however, a contract is awarded to EB Jacobs as a result of, or in connection with, the submission of these data, the City shall have the right to duplicate, use or disclose the data to the extent consistent with the City's needs in the procurement process. This restriction does not limit the City's right to use information found in this document, if it is obtained from another source. The data subject to this restriction are contained on every page of the proposal and related appendix material. Submitted by: EB Jacobs, LLC 300 South Burrowes Street State College, PA 16801 (800) 367-5214 Closing Date: June 13, 2012 Authorized Signature: Janet M. Ec emendia, President CONFIDENTIAL Use or disclosure of data contained on this page is subject to the restriction specked in (he Confidentiality Statement of this proposal. THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. XII. COST/FEE PROPOSAL A. Fees for Lieutenant Assessment: 'Item • ,Cyst 1. Job Analysis $12,970 Includes 2 days of SME meetings, assembling survey, analyzing survey data, writing exam plan, writing job analysis report and necessary travel costs. 2. Technical Knowledge Test (open -book) Development $10,407 includes test development (two 55 -question parallel technical knowledge tests), SME meeting to review test materials, cultural bias review, and necessary travel costs. 3. Technical Knowledge Test (open -book) Administration $1,562 Includes camera- ready copy of test materials, preparation of test materials to be administered to candidates, review of each Individual copy of test materials, monitor training, two staff persons (Masters Level 10 Psychology) for one day of administration, and necessary travel costs. 4. Technical Knowledge Test (closed -book) Development $13,031 Includes test development (two 70-question parallel technical knowledge tests), SME meeting to review test materials, cultural bias review, and necessary travel costs. 5. Technical Knowledge Test closed -book) Administration $1,563 Includes camera- ready copy of lest materials, preparation of test materials to be administered to candidates, review of each individual copy of test materials, monitor training, two staff persons (Masters Level 10 Psychology) for one day of administration, and necessary travel costs. 6. Situational Judgement Test Development $6,8131 Includes test development (two 70-question parallel technical knowledge tests), SME meeting to review test materials, cultural bias review, and necessary travel costs. 7. Situational Judgement Test Administration $3,125 Includes camera- ready copy of test materials, preparation of test materials to be administered to candidates, review of each individual copy of test materials, monitor training, two staff persons (Masters Leve110 Psychology) for one day of administration, and necessary travel costs. _ 8. Candidate Preparation Manual, Tutorial Sessions, and Question and Answers Packet Preparation After Tutorial Sessions $9,660 Includes camera ready copy of preparation guide, on site tutorial sessions for three days, and camera-ready copy of "Questions and Answers"packet. 9. Appeals Review and Test Scoring $8,400 Includes test question analyses (pre and post appeals review), appeals review, summary, and recommendations, scoring of all test components, and adding of seniority points. 10. Final Examination Report $4,200 Includes camera-ready copy of examination report. `1- b- +rx"}inl • > 7i31 = ,..4 �,1 •„..111f '.' j 1R�' CLfi uten�nTaa-T• I.li.,r;aG t_,a.,:+ Assumes Lieutenant SME meeting for Technical Knowledge Tests (open and closed -book) materials occurs at the same time as the review of the Situational Judgement Test materials and that all three tests are administered to candidates on the same day. CONFIDENTIAL Use or disclosure of data contained on this page is subject to the restriction specified in the Confidentiality Statement of this proposal 1 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. B. Fees for Captain Assessment: Item Cost 1. Job Analysis $12,970 Includes 2 days of.,SME meetings, assembling survey, analyzing survey data, writing exam plan, writing job analysis report and necessary travel costs. 2. Written Technical Test (open and closed -book) Development $19,623 Includes test development (two 100-question parallel technical knowledge tests), SME meeting to review test materials, cultural bias review, and necessary travel costs. 3. Written Technical Knowledge Test (open and closed -book) Administration $3,685 Includes camera- ready copy of test materials, preparation of test materials to be administered to candidates, review of each individual copy of test materials, monitor training, two staff persons (Masters Level I/O Psychology) for one day of administration, and necessary travel costs. 4. Oral Assessment Center Development $12,2032 Includes development of six versions of two exercises, SME meeting to review test materials, cultural bias review, and necessary travel costs. 5. Oral Assessment Center Administration $22,763 Includes camera-ready copy of test materials, preparation of test materials to be administered to candidates, review of each individual copy of test materials, assessor training, City staff training, two staff persons (Masters Level I/O Psychology) for a maximum of seven days of on -site training and administration, and -necessary travel costs. 6. Candidate Preparation Manual, Tutorial Sessions, and Question and Answers Packet Preparation After Tutorial Sessions .$8,865 Includes camera ready copy of preparation guide, on -site tutorial sessions for three days, and camera-ready copy of "Questions and Answers" packet. 7. Appeals Review, Test Scoring, and Candidate Feedback Reports $10,500 includes test question analyses (pre and post appeals review), appeals review, summary, and recommendations, scoring of all test components, adding of seniority points, and creating candidate feedback reports. 8. Final Examination Report $7,980 includes camera-ready copy of examination report. Subtotal - Fixed Price Consulting Fees $98,589 'ir �F gyp,, ` St/ t r,i.. ,$? �° .kit � k r't'1,r5i{ Z;''' Ji $+:a:� - N" s .A, a7/, •,y, p:._ ,�. r.. f7; •i + .�. 4F [ry qa. Wi g t i+�1 .Y ,f S41 v ": yl' \� � . i L , ii • . urn '; W „: raj .4, ..Assessor Tr_ a><�el ,tCosts ��.. �- :��;,���� �, t l ,;� .., q L , {l w1s'�' �.,y�,.h>.1'tS ai .... ."' ".^T". ' 3 = , , , • ., p r , , �� Based on $145 per hotel night, $60 current assessor per diem, $70 for taxi to/from airport on travel dazrs, and $650 airfare and ba gage fees. N Y "" r -tqi. 2 Assumes Captain SME meeting for Oral Assessment Center materials occurs at the same time as the review of the written Technical Knowledge Test (open and closed -book) materials. 3 Travel will be billed on a direct reimbursement basis (plus 20% administrative fee to locate and make travel arrangements — the administrative fee is included in the estimate). We expect the estimate to be on the high -end assuming that schedules can be confirmed with the City in time to purchase advance airfare tickets for assessors. Estimates do not include provision for backup assessors or separate role-player for Subordinate Conference Role -Play exercise. We will accommodate those requirements if the City opts to add those as requirements. If our assessor travel and accommodation estimates exceed actual costs, the City will only be required to compensate EB Jacobs for actual costs. CONFIDENTIAL Use or disclosure of data contained on this page is subject to the restriction specified in the Confidenflality Statement of this proposal 2 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. C. Fees for Chief Fire Officer Assessment: Ite117 - ;Cost , 1. Job Analysis $12,970 Includes 2 days of,SME meetings, assembling survey, analyzing survey data, writing exam plan, writing job analysis report and necessary travel costs. 2. Written In -Basket Development $17,803 Includes written in -basket (two parallel in -basket exercises), SME meeting to review test materials, cultural bias review, and necessary travel costs. 3. Written In -Basket Administration $3,685 Includes camera- ready copy of test materials, preparation of test materials to be administered to candidates, review of each individual copy of test materials, mpnitor training, assessor training, two staff persons (Masters Level I/O Psychology) for one day of administration, and necessary travel costs. 4. Oral Assessment Center Development $9,1234 Includes development of four versions of two exercises, SME meeting to review test materials, cultural bias review, and necessary travel costs. 5. Oral Assessment Center Administration $17,343 Includes camera-ready copy of test materials, preparation of test materials to be administered to candidates, review of each individual copy of test materials, assessor training, City staff training, two staff persons (Masters Level I/O Psychology) for a maximum of five days of on-slte training and administration, and necessary travel costs. 6. Candidate Preparation Manual, Tutorial Sessions, and Question and Answers Packet Preparation After Tutorial Sessions $9,461 Includes camera ready copy of preparation guide, on-slte tutorial sessions for three days, and camera-ready copy of "Questions and Answers" packet. _ 7. Test Scoring and Candidate Feedback Reports $7,000 includes appeals review, summary, and recommendations, scoring of all test components, adding of seniority points, and creating candidate feedback reports. 8. Final Examination Report $7,980 Includes camera-ready copy of examination report. rice Consulting Fees Subtotal - Fixed Price $85,365 `-• Y•;vi ..15w,..,'m1kA etJ\.,l tAlO gNk It.• Yis '}, piA. � i. : s°ssorragla'.s>s., Ogdi:,a �t,� . itWild a "' rSa=.4, �\, - . Based on $145 per hotel night, $60 current assessor per diem, $70 for taxi to/from airport on travel days, and $650 airfare and bag age fees.or, irSigHtglyar. AI a. Pe a 4 Assumes Chief Fire Officer SME meeting for Oral Assessment Center materials occurs at the same time as the review of the Written In -Basket exercise materials. 5 Includes In -Basket and oral assessment center assessors. Travel will be billed on a direct reimbursement basis (plus 20% administrative fee to locate and make travel arrangements — the administrative fee is included in the estimate). We expect the estimate to be on the high -end assuming that schedules can be confirmed with the City in time to purchase advance airfare tickets for assessors. Estimates do not include provision for backup assessors or separate role-player for Subordinate Conference Role -Play exercise. We will accommodate those requirements if the City opts to add those as requirements. If our assessor travel and accommodation estimates exceed actual costs, the City will only be required to compensate EB Jacobs for actual costs. CONFIDENTIAL Use or disclosure of data contained on this page is subject to the restriction specified in the Confidentiality Statement of this proposal 3 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. D. Overall Pricing Captain Total .I Lieutenant Total�e))� 1r.(N V r C 4 ir Off r, rClale an;d .i u ;e ;an yalai This bid will remain in effect for 180 days from June 13, 20.12. All services provided and outputs produced (excluding final report text) will remain the intellectual property of EB Jacobs. Our clients are given a reproduction license to cover the contract period and requirements (i.e., number of candidates), but may not make any information available to third parties without written permission from EB Jacobs. Our costs estimate has been derived using our standard daily consultancy rates and is based upon, a) the scope of work outlined in the proposal and b) the timeline presented. If either the scope of work or timeline is changed, a modified cost proposal may be required. Our daily rates are based upon volume of work and related cost savings. The cost proposal assumes 3 days of post-test consultation for each position at no -additional charge. Unless otherwise specified, the cost estimate includes: consultant travel, accommodations and per diem; communications, mail and economy courier services; and general overhead. The cost proposal assumes Priority Mail or Economy Courier Services, expedited services are available for an additional fee. The cost proposal also assumes 3-week advance purchase airfares. The cost estimate excludes test facility -related costs (acquisition, booking, rental, furniture, equipment). CONFIDENTIAL 4 Use or disclosure of data contained on this page is subject to the restricUon specified In the Confidentiality Statement of this proposal THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. Additional Activities (Beyond the Scope of Contract) Any activity proposed during the course of the contract, that falls outside the scope of activities covered under the existing contract, and requires any substantial use of consultant resources, shall be billed separately. This activity may include, but is not limited to, additional tasks, supplementary data transfers, data analyses, reports, meetings, and conference calls. A fixed price or hourly rate will be established through the mutual consent of the consultant and client, and the existing contract will be amended, in writing. Whenever possible, activities subject to this requirement will be identified by EB Jacobs and approved by the client, in writing, prior to performing any such activity. CONFIDENTIAL 5 Use or disclosure of data contained on this page is subject to the restriction specified in the Confidentiality Statement of this proposal THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. 4 I- .•- •r+ i G'f4 n w �! illi I Y kL r r aultant J7.0. Y �'FMr s �`i ., i pp i4s 7 i Ri fid' R k . r y a� v tM a ,,:I;il t� r, { , dw phi' M � :, I r^ r., ,E �". t i 17t ^i I �Yt R ala(Rate" {� �.'� [/ I 'r ,,otiyhk awtr a i rrrJ . ®lisec nt e.' 4 �h� t. ,.1' .R•ate. Rick Jacobs $ 437.50 $ 350.00 Janet Echemendia $ 350.00 $ 280.00 Jay Silva $ 350.00 $ 280.00 Joe Hinish $ 300.00 $ 240.00 Brian Himelright $ . 250.00 $ 200.00 George Conrad $ 250.00 $ 200.00 Nicole Howard $ 250.00 $ 200.00 John Evans $ 150.00 $ 120.00 Chris Williams $ 100.00 $ 80.00 Project Discounted Rate is 80% of the Regular Rate. Project Discounted Rate is offered when work is bundled in multiple protects over multiple years. When additional work Is added to the project during contract negotiations, that work will be priced at the discounted rate as well. The Regular Rate is reserved for work involving activities not projected and needing immediate attention (e.g., litigation -related work) and not otherwise addressed in the contract. THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. ATTACHMENT "C" INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS -PROFESSIONAL SERVICES AGREEMENT- EB JACOBS, LLC I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $ 2,000,000 Personal and Adv. Injury $ 1,000,000 Products/Completed Operations $ 1,000,000 B. Endorsements Required City of Miami listed as additional insured Contingent & Contractual Liability Premises and Operations Liability Primary Insurance Clause Endorsement II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 B. Endorsements Required Doc. No.: 326537 City of Miami included as an additional insured 15 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Employer's Liability A. Limits of Liability $100,000 for bodily injury caused by an accident, each accident $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit IV. Professional Liability/Errors and Omissions Coverage Combined Single Limit Each Claim $1,000,000 General Aggregate Limit $1,000,000 Deductible- not to exceed 10% Retro Date Included The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance to policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Doc. No.: 326537 16 THIS DOCUMENT IS A SUBSTITUTION TO ORIGINAL. BACKUP ORIGINAL CAN BE SEEN AT THE END OF THIS DOCUMENT. CORPORATE RESOLUTION WHEREAS, ("Provider") wishes to enter into a Professional Services Agreement ("Agreement") with the City of Miami ("City"); WHEREAS, the Board of Directors, at a duly held meeting of the Provider has considered the matter in accordance with the By -Laws of the Corporation; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that this corporation is authorized to enter into the Agreement with the City, and the President and the Secretary are hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. IN WITNESS WHEREOF, this day of , 2012. ("Provider") A (State) Corporation (sign) Print Name: Corporate Secretary Doc. No.: 326537 17 By: (sign) Print Name: TITLE: of Florida ("Ci " and ("Provider"). SUBSTITUTED Form I(a) PROFESSIONAL SERVICES AGREEMENT his Agreement is entered into this _ day of , 200 (but effective as of ) by and between the City of Miami, a municipal corporation of the State , a corporation RECITAL A. The City has i ued a Request for Proposals No. 316283 ("RFP") for the provision . of Fire -Rescue Department tesservices for Chief Fire Officer, Captain and Lieutenant ("Services") and Provider's proposal ."Proposal"), in response thereto, has been selected as the most qualified proposal for the provisiof the Services. The RFP and the Proposal are sometimes referred to herein, collectively, the Solicitation Documents, and are by this reference incorporated into and made a part of this eement. B. The Commission of the City of Miami, .y Resolution No. adopted on , 200_, approved the selectio •f Provider and authorized the City Manager to execute•,a contract, under the terms and conditions seorth herein. NOW, THEREFORE, in consideration of the mutual co ants and promises herein contained, -Provider and -the City agree as -follows: TERMS 1. RECITALS: The recitals are true and correct and are hereby incorporate ' into and made a part of this Agreement. 2. TERM: The term of this Agreement shall be for four (4) years with an o. .n for two (2) additional two (2) year periods commencing on the effective date SUBSTITUTED OPTION TO EXTEND: The City shall have two (2) option(s) to extend the term eof for a period of two (2) years each, subject to availability and appropriation of funds. City Corn ssion approval shall not be required as long as the total extended term does not exceed eight (8) .rs and additionally as long as the compensation does not exceed $1,750,000.00. 4. SCOP .. OF SERVICE: A. Pro per agrees to provide the Services as specifically described, and under the special terms and con• ons set forth in Attachment "A" hereto, which by this reference is incorporated into and made art of this Agreement. B. Provider represe and warrants to the City that: (i) it possesses all qualifications, licenses and experts • required under the Solicitation Documents for the performance of the Services; (ii) it is no •elinquent in the payment of any sums due the City, including payment of permit fees, occupatio licenses, etc., nor in the performance of any obligations to the City; (iii) all personnel assigned •erform the Services are and shall be, at all times during the term hereof, fully qualified and traineto perform the tasks assigned to each; and (iv) the Services will be performed in the manner describ • in Attachment "A". 5. COMPENSATION: A. The amount of compensation payable by the City to Prider shall be based on the rates and schedules described in Attachment'"B"hereto, which -by this re ence is -incorporated into this Agreement; provided, however, that in no event shall the amoun •f compensation throughout the contract term and renewal options cumulatively exceed $1,750,000. B. Unless otherwise specifically provided in Attachment `B", payment shal made within forty five (45) days after receipt of Provider's proper invoice, as that teen is defin- by the Local Government Prompt Payment Act, §218.70, et. seq., Florida Statutes, which shall b com:326537 2 SUBSTITUTED accompanied by sufficient supporting documentation and contain sufficient detail, to allow a oper audit of expenditures, should City require one to be performed. If Provider is entitled to reim rsement of travel expenses (i.e., Attachment `B" includes travel expenses as a specific item of npensation), then all bills for travel expenses shall be submitted in accordance with Section 112.1. , Florida Statutes. 6. OWNER IP OF DOCUMENTS: Provider understands and agrees that any information, documen , eport or any other material whatsoever which is given by the City to Provider or which is othe e obtained or prepared by Provider pursuant to or under the terms of this Agreement is and shall a 1 times remain the property of the City. Provider agrees not to use any such information, document, -.ort or material for any other purpose whatsoever without the written consent of City, which ma be withheld or conditioned by the City in its sole discretion. 7. AUDIT AND INSPECTION RIGHTS: A. The City may, at reasonable times, a for a period of up to three (3) years following the date of final payment by the City to Provider .. er this Agreement, audit , or cause to be audited, those books and records of Provider which are r- . ted to Provider's performance under this Agreement. Provider agrees to maintain all such books d records at its principal place of business for a period of three (3) years after final paym is made under this Agreement. All audits shall be subject to and made in accordance with the prisions of Section 18-102 of the Code of the City of Miami, Florida, as same may be amended or pplemented from time to time. B. The City may, at reasonable times during the term hereof, inspect Prov er's facilities and perform such tests, as the City deems reasonably necessary, to determine whethe com:326537 3 SUBSTITUTED the goods or services required to be provided by Provider under this Agreement confonn to the ns hereof and/or the terms of the Solicitation Documents, if applicable. Provider shall make avai .le to the City all reasonable facilities and assistance to facilitate the perfonnance of tests or inspec .ns by City representatives. All tests and inspections shall be subject to, and made in accordance w the provisions of Section 18-100 and 18-101 of the Code of the City of Miami, Florida, as same m. be amended or supplemented, from time to time. 8. AWARD OF REEMENT: Provider represents and warrants to the City that it has not employed or retain any person or company employed by the City to solicit or secure this Agreement and that it has t offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage -, or gift of any kind contingent upon or in connection with, the award of this Agreement. 9. PUBLIC RECORDS: Provider • iderstands that the public shall have access, at all reasonable times, to all documents and informatio .ertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and agrees low access by the City and the public to all documents subject to disclosure under applicable la Provider's failure or refusal to comply with the provisions of this section shall result in the . mediate cancellation of this Agreement by the City. 10: COMPLIANCE WITH FEDERAL STATE AND -LOCAL LA ° : Provider understands that agreements between private entities and local governments are bject to certain s laws, codes, rules and regulations, including, without limitation, laws pertaiiu ; to public records, conflict of interest, record keeping, etc. City and Provider agree to comply and observe all applicable laws, codes and ordinances as they may be amended from time to time. coin:326537 4 SUBSTITUTED 11. INDEMNIFICATION: Provider shall indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or dea of any person or damage to or destruction or loss of any property arising out of, resulting from, or connection with (i) the performance or non-performance of the services contemplated by this Agree nt which is or is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, s ault or negligence (whether active or passive) of Provider or its employees, agents or subcontractors ollectively referred to as "Provider"), regardless of whether it is, or is alleged to be, caused in wh or part (whether joint, concurrent or contributing) by any act, omission, default or negligence (w ther active or passive) of the Indemnitees, or any of them or (ii) the failure of the Provider to compl ith any of the paragraphs herein or (iii) the failure of the Provider to confonn to statutes, ordines, or other regulations or requirements of any governmental authority, federal or state, in connec ' en with the performance of this Agreement. Provider expressly agrees to indemnify and hold harmle the Indemnitees, or any of them, from and against all liabilities which may be asserted by an emplo . • or former employee of Provider, or any of its subcontractors, as provided above, for which th 'rovider's liability to such employee or former -employee would otherwise -be 'limited to-payme under state -Workers' Compensation or similar laws. 12. DEFAULT: If Provider fails to comply with any tern or condition of th Agreement, or fails to perfonn any of its obligations hereunder, then Provider shall be in default. on the occurrence of a default hereunder the City, in addition to all remedies available to it by law, immediately, upon written notice to Provider, terminate this Agreement whereupon all payments, coin326537 5 SUBSTITUTED advances, or other compensation paid by the City to Provider while Provider was in default shall inunediately returned to the City. Provider understands and agrees that termination of this Agre. • ent under this section shall not release Provider from any obligation accruing prior to the effective to of termination. Should Provider be unable or unwilling to commence to perform the Services in the time provided or contemplated herein, then, in addition to the foregoing, Provider shall be .ble to the City for all expenses incurred by the City in preparation and negotiation of this A einent, as well as all costs and expenses incurred by the City in the procurement of the Service ncluding consequential and incidental damages. 13. RESOLUTION OF C • TRACT DISPUTES: Provider understands and agrees that all disputes between Provider and - City based upon an alleged violation of the terns of this Agreement by the City shall be submit • to the City Manager for his/her resolution, prior to Provider being entitled to seek judicial rehin connection therewith. In the event that the amount of compensation hereunder exceeds $ 00, the City Manager's decision shall be approved or disapproved by the City Commission. P ider shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's ten decision, approved by the City Commission if the amount of compensation hereunder excee+ $4,500, or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a det. -d statement of the dispute, accompanied -by all supporting documentation (90 days if City Manag 's decision is subject to City Commission approval); or (iii) City has waived compliance with the . •cedure set forth in this section by written instruments, signed by the City Manager. 14. CITY'S TERMINATION RIGHTS: A. The City shall have the right to terminate this Agreement, in its sole discr. on, at any time, by giving written notice to Provider at least five (5) business days prior to the effec coin:326537 6 SUBSTITUTED ate of such termination. In such event, the City shall pay to Provider compensation for services ren. •red and expenses incurred prior to the effective date of termination. In no event shall the City be "able to Provider for any additional compensation, other than that provided herein,or for any conseq -ntial or incidental damages. Provider shall have recourse against the City for a termination un this Section except to be paid. any compensation for services incurred and due prior to the date of t - ination. B. The City all have the right to terminate this Agreement, without notice to Provider, upon the occurrencof an event of default hereunder. In such event, the City shall not be obligated to pay any amounts Provider and Provider shall reimburse to the City all amounts received while Provider was in defau nder this Agreement. IS. INSURANCE: Provider sh. , at all tunes during the term hereof, maintain such insurance coverage as may be required by the . ty. All such insurance, including renewals, shall be subject to the approval of the City for adequac of protection and evidence of such coverage shall be furnished to the City on Certificates of Insuran• - indicating such insurance to be in force and effect and providing that it will not be canceled during e performance of the services under this contract without thirty (30) calendar days prior written ' otice to the City. Completed Certificates of Insurance shall be filed with the City prior to e performance of services hereunder; pi=ovided, However, that Provider shall 'at any time upon..req. =st file duplicate copies of the policies of such insurance with the City. If, in the judgment of the City, prevailing conditions warrant the provisi. • by Provider of additional liability insurance coverage or coverage which is different in kind, the ty reserves the right to require the provision by Provider of an amount of coverage different n the amounts or kind previously required and shall afford written notice of such chang in com:326537 7 SUBSTITUTED requirements thirty (30) days prior to the date on which the requirements shall take effect. uld the Provider fail or refuse to satisfy the requirement of changed coverage within thirty (30) •. s following the City's written notice, this Contract shall be considered terminated on the date that t - required change in policy coverage would otherwise take effect. 16. NOND . s CRIMINATION: Provider represents and warrants to the City that Provider does not and will n engage in discriminatory practices and that there shall be no discrimination in connection with Prov 'er's performance under this Agreement on account of race, color, sex, religion, age, handicap, ma .1 status or national origin. Provider further covenants that no otherwise qualified individual s 1, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national o •in, be excluded from participation in, be denied services, or be subject to discrimination under any p 'vision of this Agreement. 17. ASSIGNMENT: This Agreement • all not be assigned by Provider, in whole or in part, without the prior written consent of the City's, hich may be withheld or conditioned, in the City's sole discretion. 18. NOTICES: All notices or other communications uired under this Agreement shall be in writing and shall be given by hand -delivery or by register or certified U.S. Mail, return receipt requested, addressed to the other party at the address indica -d herein or to such other address as a -party may designate -by notice given as herein provided. - ,tice shai-1-be deemed given on the day on which personally delivered; or, if by mail, on the fifth da , fter being posted or the date of actual receipt, whichever is earlier. com:326537 8 SUBSTITUTED TO PROVIDER: TO THE CITY: Ric ' Jacobs, Ph.D. Johnny Martinez, P.E. Princi •1 City Manager EB Jaco. LLC 3500 Pan American Drive 300 South 'urrowes Street Miami, Florida 33133 State Co11eg . ' A 16801 com:326537 9 Julie O. Bru City Attorney 444 SW 2nd Avenue, 9th Floor Miami, Florida 33130 Beverly Pruitt Human Resources Director City of Miami 444 SW 2nd Avenue, 7th Floor Miami, Florida 33130 SUBSTITUTED MISCELLANEOUS PROVISIONS: This Agreement shall be construed and enforced according to the laws of the State of Flori.. Venue in all proceedings shall be in Miami -Dade County, Florida and the parties agree to the u of this venue. In any civil action or other proceedings between the parties arising out of the Agreem it, each party shall bear its own attomey's fees. B. Title an..aragraph headings are for convenient reference and are not a part of this Agreement. C. No waiver or br- h of any provision of this Agreement shall constitute a waiver of any subsequent breach of the s.. e or any other provision hereof, and no waiver shall be effective unless made in writing. D. Should any provision, para , sentence, word or phrase contained in this Agreement be determined by a court of compete 'urisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florior the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed mod -d to the extent necessary in order to conform with such laws, or if not modifiable, then same shall ► deemed severable, and in either event, the remaining terms and provisions of this Agreement shall force -and effect or limitation of -its -use. ain unmodified and in full E. This Agreement constitutes the sole and entire agreement etween the parties hereto. No modification or amendment hereto shall be valid unless in writing 'd executed by properly authorized representatives of the parties hereto. 20. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the 'arties hereto, their heirs, executors, legal representatives, successors, or assigns. com:326537 I0 SUBSTITUTED 21. INDEPENDENT CONTRACTOR: Provider has been procured and is being gaged to provide services to the City as an independent contractor, and not as an agent or emp ee of the City. Accordingly, Provider shall not attain, nor be entitled to, any rights or benefits der the Civil Service or Pension Ordinances of the City, nor any rights generally afforded clas ied or unclassified employees. Provider further understands that Florida Workers' Compen tion benefits available to employees of the City are not available to Provider, and agrees to provide rkers' compensation insurance for any employee or agent of Provider rendering services to the Cit nder this Agreement. 22. CONTINGENCY CLA E: Funding for this Agreement is contingent on the availability of funds and continued horization for program activities and the Agreement is subject to amendment or termination due lack of allocated and available funds, reduction or discontinuance of funds and/or change in law , odes, rules policies or regulations, upon thirty (30) days notice. 23. REAFFIRMATION OF REPRESENTATION Provider hereby reaffirms all of the representations contained in the Solicitation Documents. 24. ENTIRE AGREEMENT: This instrument and its attac ► ents constitute the sole and only agreement of the parties relating to the subject matter hereof a correctly set forth the -rights duties, and -obligations of -each -to -the other- as of -its date. Any -prior a eements-,-promises, negotiations, or representations not expressly set forth in this Agreement are of n• orce or effect. 25. COUNTERPARTS: This Agreement may be executed in two or more c nterparts, each of which shall constitute an original but all of which, when taken together, shall co itute one and the same agreement. coin:326537 11 SUBSTITUTED 26. SPECIAL INSURANCE AND INDEMNIFICATION RIDER: Please initial if applicable: com:326537 12 SU BSTITUTED IN FITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above ten. "City" CITY OF MIAMI, a municipal ATTEST: corporation By: Priscilla A. Thompson, City erk Johnny Martinez, P.E., City Manager ATTEST: Print Name: Title: Corporate Secretary By: Print • e: Title: Pr- dent "Provider" corporation APPROVED AS TO FORM AND APPROVED A 0 INSURANCE CORRECTNESS: REQUIREMENTS. Ju1ie 0: Bru City Attorney Form I (a)-(RFP/Corporate) coin:326537 • Calvin -Ellis. • Risk Management 13 SUBSTITUTED ATTACHMENT "A" 3.2 •OJECT REQUIREMENTS (From RFP 12-13-XXX) com:326537 14 A. 'roject Costs B. 1 counts C. Pr s • ct Rates D. Pay t Schedule com:326537 SUBSTITUTED ATTACHMENT `B" 15 SUBSTITUTED CORPORATE RESOLUTION WHEREAS, ("Provider") wishes to enter into a Professional ices Agreement ("Agreement") with the City of Miami ("City"); 'HEREAS, the Board of Directors, at a duly held meeting of the Provider has consideree matter in accordance with the By -Laws of the Corporation; NOW, . EREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that this corporation is a .,orized to enter into the Agreement with the City, and the President and the Secretary are hereby aut •rized and directed to execute the Agreement in the name of this Corporation and to execute an' .they document and perform any acts in connection therewith as may be required to accomplish its p► ..ose. IN WITNESS WHEREOF, this day of , 2006. ("Provider") (State) Corporation (sign) Print Name: Corporate Secretary coal:326537 16 By: Print Name: • •TITLE: (sign)