Loading...
HomeMy WebLinkAbout25229AGREEMENT INFORMATION AGREEMENT NUMBER 25229 NAME/TYPE OF AGREEMENT FLORIDA INTERNATIONAL UNIVERSITY BOARD OF TRUSTEES DESCRIPTION PROFESSIONAL SERVICES AGREEMENT/EDUCATIONAL MANAGEMENT PROGRAMS FOR NEWLY PROMOTED STAFF/MATTER I D : 24-2582 EFFECTIVE DATE November 4, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 11/4/2024 DATE RECEIVED FROM ISSUING DEPT. 11/4/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Aimee Gandarilla EXT. 1906 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Florida International University ("FIU") IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY) Agreement YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT NO NO PURPOSE OF ITEM (BRIEF SUMMARY): The City's Fire -Rescue Department is in need of educational management programs for the newly promoted staff. COMMISSION APPROVAL DATE: FILE ID: ENACTMENT NO.: IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR/CHIEF PROCUREMENT OFFICER October 24, 2024 Annie Perez, CPPO I 11:14:5,5-DEATdby: SIGNATURE: -4^^�- 11°^-el RISK MANAGEMENT October 24, 2024 Ann -Marie Sharpe I 11:30:14&DTby SIGNATURE: Fro& GoiA,vy CITY ATTORNEY matter 24-2582 October 30, 202,q., George K. Wysonqq III 42 EUT dN �': Ocu5i9netl by: Guorvp. 4 G1tisowl III ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER November 1, 2024 Larry Spring, CPA;'bL3 88248D I 11: 52 : 5 ,P,ldby, SIGNATURE: SPv;,4 �zbzb9,sdud_ ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS Barbara Hernandez, MPA SIGNATURE: ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE Asael Marrero SIGNATURE: DEPUTY CITY MANAGER November 1, 20llati3s1'3.C910goArilliams ,—.9999,90etl y: SIGNATURE: N4441-4Cal d.k-w; z...a CITY MANAGER November 4, 2024rt1 pqa 6d 09,5➢tAd,D_ 09 02e19 EST ,—.9..i9md y: SIGNATURE: Maur (um �—BS06EfiG3Z2FIDd?�.. CITY CLERK November 4, 2022ogldian lio EST —DocuSi gnetl by: SIGNATURE: �2,Sso �d�9 PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER City of Miami Office of the City Attorney Legal Services Request To: Office of the City Attorney From: Yadissa Calderon Contact Person Assistant Director Title 10/21/2024 Date: Procurement Requesting Client (305) 416-1907 Telephone Legal Service Requested: Matter No. 24-2582: Agreement FIU - the Fire -Rescue Department is in need of educational management programs for the newly promoted staff. Complete form and forward to the Office of the City Attorney or e-mail to Legal Services. Do not assume that the Office of the City Attorney knows the background of the question and/or issue, such as opinions on the same or similar issues, the existence of relevant memos, correspondence, etc. Please attach to this form and/or e-mail all pertinent information relating to the subject. Once your request has been assigned, an e-mail will be sent to you with the Assigned Attorney's name and the issued matter identification number. All attorneys in the Office of the City Attorney shall fully comply with the Rules Regulating the Florida Bar. For Legal Services requesting an opinion from the Office of the City Attorney: Issue opinion in writing. Publish opinion after issuance. Authorized by: Annie Perez Date response requested by: BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY Assigned Attorney: Date: File No. Approved by: Ultimate Client: Comments: D / R Date: Copy returned to Requesting Client Type: Matrix: Category: Copy to Ultimate Client rev. 04/14/2017 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida AGREEMENT BY AND BETWEEN THE CITY OF MIAMI, FLORIDA AND FLORIDA INTERNATIONAL UNIVERSITY ("FIU") This Agreement ("Agreement") is entered into this 4th day of November , 2024 by and between the City of Miami, a Florida municipal corporation, whose address is 444 S.W. 2nd Avenue, 10t" Floor, Miami, Florida 33130 (hereinafter referred to as the "City"), and, the Florida International University ("FIU") Board of Trustees, on behalf of its FIU Executive Education Program, whose principal address is 11200 SW 8' Street, Miami FL 33199, (hereinafter referred to as the"Provider"). RECITALS: WHEREAS, the City's Fire -Rescue Department ("Fire -Rescue") is in need of educational management programs for the newly promoted staff ("Services"); and WHEREAS, Section 18-72(b)(1) of the Code of the City of Miami, Florida, as amended (the "City Code"), authorizes the exclusion of the costs of testing or instructional materials and allows for the purchase of said Services without competitive bidding procedures; and WHEREAS, Section 18-112 of the City Code authorizes the City Manager to enter into agreements with other governmental agencies or state funded institutions without competitive bidding procedures for the acquisition of goods or services under $50,000.00; and WHEREAS, Provider offers said Services and the City wishes to engage Provider for the same; and WHEREAS, the City and the Provider desire to enter into this Agreement 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: 1 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida 1. RECITALS AND INCORPORATIONS: The Recitals are true and correct and are hereby incorporated into and made a part of this Agreement. The following exhibits are attached hereto and are hereby incorporated into and made a part of this Agreement: Exhibit A — Scope of Work Exhibit B — Provider's Compensation Exhibit C — Insurance Requirements and Provider's Insurance Certificate Exhibit D — Corporate Resolution or other proof of authority In the event of a conflict between the provisions of this Agreement or any of its exhibits, the conflict shall be resolved in favor this Agreement then the priority order indicated above. 2. TERM: The Agreement shall become effective on the date on the first page and shall remain in effect for a period of six (6) months Term or until when such time that all trainings have been completed. The parties, each, shall have the option to extend or terminate the Agreement for convenience, that is, for any or no cause pursuant to Section 13. 3. SCOPE OF SERVICES: A. Provider agrees to provide the Services as specifically described, and under the Scope of Work set forth in Exhibit "A" hereto, which by this reference is incorporated into and made a part of this Agreement. B. Provider represents to the City that: (i) it or its lecturers or vendors possess all qualifications, licenses, certificates, authorizations, and expertise required for the performance of the Services, including but not limited to full qualification to do business in Florida; (ii) it is not delinquent in the payment of any sums due the City, including payment of permits, fees, occupational licenses, etc., nor in the performance of any obligations or payment of any monies 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; (iv) the Services shall be performed in the manner described in Exhibit "A"; and (v) each person executing this Agreement on behalf of Provider has been duly authorized to so execute the same and fully bind Provider as a party to this Agreement. 2 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida C. Provider shall at all times provide fully qualified, competent and physically capable employees to perform the Services under this Agreement. The City may require Provider to remove any employee the City deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued services under this Agreement are not in the best interest of the City. 4. COMPENSATION: A. The amount of compensation payable by the City to Provider shall be based on the rates and schedules and budgeted amounts described in Exhibit "B" hereto and shall remain consistent with the same throughout the duration of this Agreement. B. Unless otherwise specifically provided in Exhibit "B", payment shall be made in arrears within forty-five (45) days after receipt of the Provider's invoice for services performed. Any such invoice 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. Provider shall furnish enough detail to meet the minimum requirements of a Proper Invoice as that term is defined in Section 218.72, Florida Statutes, as may be amended. C. Any additional services that are not included in this Agreement but may be desired by the City to be performed, may be added to the Services by a written amendment, entered into and executed by the City and Provider. Such an amendment shall require compliance with applicable procurement regulations. The City shall not be liable for any and all costs, fees, expenses or charges, including, but not limited to, previously reimbursed costs, fees, expenses or charges, that exceed the amount stated in Section 4(A) herein this Agreement. D. Provider agrees and understands that: (i) any and all subcontractors providing Services related to this Agreement shall be paid by Provider and not paid directly by the City; and (ii) any and all liabilities regarding payment to or use of subcontractors for any of the Services related to this Agreement shall be borne solely by Provider. E. Neither Provider nor any of its employees nor its subcontractors shall perform any work unless duly authorized by the City Manager or his/her designated representative(s). Provider shall not 3 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida be paid (i) for any work performed outside the Services set forth in Exhibit "A" for this Agreement or any duly entered and authorized amendment thereto; or (ii) for any work performed by any of Provider's employees or subcontractors not otherwise previously authorized by the City Manager or his/her designated representative. 5. OWNERSHIP OF DOCUMENTS: All right, title and interest in and to any invention, work product, idea or creation (the "Materials") made priorly by each party shall be property of the party that created it. All right, title and interest in and to any invention, work product, idea or creation conceived, developed or produced during the performance of services under the Agreement (including, but not limited to writing, copyrights, trademarks, creative, copy, scripts, story boards, art, music, software and documentation, ideas, charts, graphics, plans, proposals, business systems or ideas, and research projects) shall be property of Provider, whether created individually by Provider or jointly with the City, on or off Provider's premises. Each party shall take the adequate measures to avoid the unauthorized use and disposition of the work by a third party. This provision shall survive the expiration or earlier termination of the Agreement. Provider may offer City a license to use the Work Product, such terms to be mutually agreed to by the parties. 6. AUDIT AND INSPECTION RIGHTS AND RECORDS RETENTION: A. Provider agrees to provide access to the City or to any of its duly authorized representatives, to any books, documents, papers, and records of Provider which are directly pertinent to this Agreement, for the purpose of audit, examination, excerpts, and transcripts. 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 and inspect, or cause to be audited and inspected, those books, documents, papers, and records of Provider which are directly related to Provider's performance under this Agreement. Provider agrees to maintain any and all such books, documents, papers, and records at its principal place of business for a period of three (3) years after final payment is made under this 4 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida Agreement and all other pending matters are closed. Provider's failure to adhere to, or refusal to comply with, this condition shall result in the immediate cancellation of this Agreement by the City. The audit provisions set forth in Sections 18-99, 18-100, 18-101, 18-102 of the Code of the City of Miami, Florida as same may be amended or supplemented from time to time, are applicable to this Agreement. B. The City may, at reasonable times during the term hereof, inspect the 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. 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 Sections 18-99, 18-100, 18-101, and 18-102 of the Code of the City of Miami, Florida as same may be amended or supplemented, from time to time. 7. 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. 8. PUBLIC RECORDS: A. Provider understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Agreements, 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 laws. 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. B. Provider shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied 5 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if Provider does not transfer the records to the City; (4) upon completion of the contract, transfer, at no cost, to the City all public records in possession of the Provider or keep and maintain public records required by the City to perform the Service, if the Provider transfers all public records to the City upon completion of the Agreement, the Provider shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, if the Provider keeps and maintains public records upon completion of the Agreement, the Provider shall meet all applicable requirements for retaining public records, all records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. Notwithstanding the foregoing, Provider shall be permitted to retain any public records that make up part of its work product solely as required for archival purposes, as required by law, or to evidence compliance with the terms of the Agreement. C. Should Provider determine to dispute any public access provision required by Florida Statutes, then Provider shall do so in accordance with the provisions of Chapter 119, Florida Statutes, at its own expense and at no cost to the City. IF THE PROVIDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE PROVIDER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR EMAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FLOOR, MIAMI, FL 33130. THE PROVIDER MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS AGREEMENT. 6 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida 9. COMPLIANCE WITH FEDERAL, STATE, AND LOCAL LAWS: Provider understands that agreements with local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, ethics, funding, lobbying, record keeping, etc. City and Provider agree to comply with and observe all such applicable federal, state, and local laws, rules, regulations, codes, and ordinances, as they may be amended from time to time. Provider further agrees to include in all of Provider's agreements with subcontractors for any Services related to this Agreement this provision requiring subcontractors to comply with and observe all applicable federal, state, and local laws, rules, regulations, codes, and ordinances, as they may be amended from time to time. 10. INDEMNIFICATION: Provider shall indemnify, defend and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnities") 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 caused, in whole or in part, by any act, omission, default or negligence (whether active or passive) of Provider or its employees (collectively referred to as " Provider "), or (ii) the failure of Provider to comply with any of the paragraphs herein or the failure of Provider to conform to applicable statutes, ordinances, or other regulations or requirements of any governmental authority, federal or state, in connection with the compliance of this agreement; provided, however, that the indemnification provided herein shall only be to the extent and within the limitations of Section 768.28 Florida Statutes, subject to the provisions of that statute whereby Provider shall not be held liable to pay a personal injury or property damage claim or judgment by any one person which exceeds the sum of $200,000, or any claim or judgment 7 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida or portions thereof, which, when totaled with all other claims or judgments paid by the Provider arising out of the same incident or occurrence, exceeds the sum of $300,000. Nothing herein shall be deemed to indemnify City from any liability or claim arising out of the negligent performance or failure of performance or by the willful misconduct of City or as a result of the negligence or failure of performance or by the willful misconduct of any third party. Further, nothing contained herein shall be construed or interpreted as: i) denying Provider any remedy or defense available under the laws of the State of Florida; ii) the consent of Provider to be sued; or iii) a waiver of sovereign immunity of Provider beyond the waiver described herein and provided in §768.28, Florida Statutes. 11. DEFAULT: If a party fails to comply materially with any term or condition of this Agreement or fails to perform in any material way any of its obligations hereunder and fails to cure such failure after reasonable notice from the City, then that party shall be in default. That party understands and agrees that termination of this Agreement under this section shall not release that party from any obligation accruing prior to the effective date of termination. 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. 12. RESOLUTION OF AGREEMENT 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. 8 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida In the event that the amount of compensation hereunder exceeds Twenty -Five Thousand Dollars ($25,000.00), 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 Twenty - Five Thousand Dollars ($25,000.00), or (ii) a period of sixty (60) days has expired, after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation (or ninety (90) days if City Manager's decision is subject 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. In no event may the amount of compensation under this Section exceed the total compensation set forth in Section 4 of this Agreement. The adherence to this Section is the condition precedent to the institution of any civil action by the Provider against the City. 13. TERMINATION; OBLIGATIONS UPON TERMINATION: A. The City, acting by and through its City Manager, or Provider shall have the right to terminate this Agreement, in its sole discretion, and without penalty, at any time, by giving written notice to the other party at least thirty (30) calendar days prior to the effective date of such termination. In such event, the City shall pay to Provider compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Provider for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the either party be liable for any consequential or incidental damages. The Provider shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date of termination. B. The City, by and acting through its City Manager, or Provider shall have the right to terminate this Agreement, in its sole discretion, and without penalty, upon the occurrence of an event of a material breach hereunder, and failure to cure the same within thirty (30) days after written notice of default. In such event, the City shall not be obligated to pay any amounts to Provider for Services rendered by Provider after the date of termination, but the parties shall remain responsible for any 9 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida payments that have become due and owing as of the effective date of termination. In no event shall the City be liable to Provider for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the either party be liable for any indirect, consequential, or incidental damages. This Section shall survive the cancellation or expiration of this Agreement. 14. INSURANCE: A. 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 Risk Management Director 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 Agreement shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. B. Provider understands and agrees that any and all liabilities regarding the use of any of Provider's employees or any of Provider's subcontractors for Services related to this Agreement shall be borne solely by Provider throughout the term of this Agreement and that this provision shall survive the termination of this Agreement. Provider further understands and agrees that insurance for each employee of Provider and each subcontractor providing Services related to this Agreement shall be maintained in good standing and approved by the City Risk Management Administrator throughout the duration of this Agreement. C. Provider shall be responsible for assuring that the insurance certificates required under this Agreement remain in full force and effect for the duration of this Agreement, including any extensions hereof. If insurance certificates are scheduled to expire during the term of this Agreement and any extension hereof, Provider shall be responsible for submitting new or renewed insurance certificates to the City's Risk Management Administrator as soon as coverages are bound with the 10 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida insurers. In the event that expired certificates are not replaced, with new or renewed certificates which cover the term of this Agreement and any extension thereof: (i) the City shall suspend this Agreement until such time as the new or renewed certificate(s) are received in acceptable form by the City's Risk Management Administrator; or (ii) the City may, at its sole discretion, terminate the Agreement for cause and seek re - procurement damages from Provider in conjunction with the violation of the terms and conditions of this Agreement. D. Compliance with the foregoing requirements shall not relieve Provider of its liabilities and obligations under this Agreement. 15. NONDISCRIMINATION: Provider represents 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, sexual orientation, 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, sexual orientation, 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. 16. ASSIGNMENT: The Provider's services under this Agreement are unique and specialized in nature. This Agreement shall not be assigned by Provider, in whole or in part, and Provider shall not assign any part of its operations, without the prior written consent of the City Manager, which may be withheld or conditioned, in the City's sole discretion through the City Manager. 17. 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 address as a party may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally 11 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO PROVIDER: Florida International University FIU Executive Education Program c/o Dr. Elizabeth Bejar 11200 SW 8th Street, Miami FL 33199300 TO THE CITY: Arthur Noriega V City Manager 444 SW 2nd Avenue, 10t" Floor Miami, FL 33130 With a copy to: George K. Wysong III City Attorney 444 SW 2nd Avenue, 9. Floor Miami, FL 33130 Robert Hevia Chief of Fire -Rescue 1151 NW 7 Street, 3rd Floor Miami, FL 33136 Annie Perez, CPPO Director of Procurement 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 18. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between the parties shall be in Miami -Dade County, Florida. Each party shall bear its own attorney's fees. Each party waives any defense, whether asserted by motion or pleading, that the aforementioned courts are an improper or inconvenient venue. Moreover, the parties consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. The parties irrevocably waive any rights to a jury trial. B. 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 unless made in writing. C. 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 12 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida 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 the 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. D. Provider shall comply with all applicable laws, rules, and regulations in the performance of this Agreement, including but not limited to licensure, registration, and certifications required bylaw for the Services contemplated by this Agreement. 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. Except as otherwise set forth in Section 2 above, the City Manager shall have the sole authority to extend, amend, or modify this Agreement on behalf of the City. All changes and/or modifications to this Agreement shall be approved in advance and in writing by the Office of the City Attorney as to legal form and correctness and executed in writing by the City and the Provider. F. Title and paragraph headings are for convenient reference and are not a part of this Agreement. G. Nothing contained in this Agreement is in any way intended to be a waiver of the limitation placed upon the Indemnitees' liability as set forth in Chapter 768, Florida Statutes. Additionally, the Indemnitees do not waive sovereign immunity, and no claim or award against the Indemnitees shall include attorney's fees, investigative costs, pre -suit or adjusting costs, or pre- judgment interest. 19. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors, or assigns, if any. 20. INDEPENDENT CONTRACTOR: Provider has been procured and is being engaged to provide Services to the City as an Independent Provider, and not as an agent or employee of the City. Accordingly, neither Provider, nor 13 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida its employees, nor any subcontractor hired by Provider to provide any Services under this Agreement shall 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, its employees, or any subcontractor hired by Provider to provide any Services hereunder, and Provider agrees to provide or to require subcontractor(s) to provide, as applicable, workers' compensation insurance for any employee or agent of Provider rendering Services to the City under this Agreement. Provider further understands and agrees that Provider's or subcontractor(s)' use or entry upon City properties shall not in any way change its or their status as an Independent Contractor.The Provider does not have the power or authority to bind the City in any promise, agreement, or representation other than specifically provided for in this Agreement. 21. 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 funds, reduction of funds, failure to allocate or appropriate funds, and/or change in applicable laws or regulations, upon thirty (30) days written notice to the Provider. 22. FORCE MAJEURE: A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice in writing, within two (2) days of the Force Majeure Event, to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long 14 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 23. CITY NOT LIABLE FOR DELAYS: Provider hereby understands and agrees that in no event shall the City be liable for, or responsible to Provider or any subcontractor, or to any other person, firm, or entity for or on account of, any stoppages or delay(s) in work herein provided for, or any damages whatsoever related thereto, because of any injunction or other legal or equitable proceedings or on account of any delay(s) for any cause over which the City has no control. 24. USE OF NAME: Provider understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity purposes. Provider is allowed, within the limited scope of normal and customary marketing and promotion of its work, to use the general results of this project and the name of the City with the consent of the City Manager. The Provider agrees to protect any confidential information provided by the City and will not release information of a specific nature without prior written consent of the City Manager or the City Commission. 25. NO CONFLICT OF INTEREST: Pursuant to City of Miami Code Section 2-611, as amended ("City Code"), regarding conflicts of interest, Provider hereby certifies to the City that to its knowledge no individual member of Provider, no employee, and no subcontractor under this Agreement nor any immediate family member of any of the same is also a city employee or a member of any board, commission, or agency of the City. Provider hereby represents and warrants to the City that throughout the term of this Agreement, Provider, its employees, and its subcontractors will abide by this prohibition of the City Code. Provider additionally agrees during the term of this Agreement not to serve as a paid expert witness, affiant or otherwise furnish evidence adverse to the City in a Claim brought against the City by any third party. 15 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida 26. NO THIRD -PARTY BENEFICIARY: No persons other than the Provider and the City (and their successors and assigns) shall have any rights whatsoever under this Agreement. 27. SURVIVAL: All obligations (including but not limited to indemnity) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination 28. COUNTERPARTS AND ELECTRONIC SIGNATURES: This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. [SIGNATURE PAGE FOLLOWS] 16 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida 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. "Provider" APPROVED AS TO FORM AND LEGALITY: By: t--DocuSigned by: `-3BAFC01 B96A94ED... Print Name: vilma Mesa FLORIDA INTERNATIONAL UNIVERSITY BOARD OF TRUSTEES r DocuSigned by: By: f A, t tL( DD' L bt jaV' 7943ADE481 F B4E3... Print Name: Elizabeth M. Bejar Title: Associate General counsel Title: Provost ATTEST: DocuSignetl by: By: Signed by: (Authorized Corporate Officer) "City" CITY OF MIAMI, FLORIDA By: [u5ignetl by: rf�.ur Novity, uL�,��DazA Todd B. Hannon, City Clerk Arthur Noriega, City Manager APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: By: ADS DocuSignetl by: t-ory a)soa III George K. Wysong III 24-2582 City Attorney REQUIREMENTS: DocuSignetl by: By: [—Fr, l ow,vy Ann -Marie Sharpe Risk Management Director DS r 17 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida EXHIBIT "A" SCOPE OF WORK Purpose: The Executive Certificate in Leading for Performance Excellence comprises four specialized training certifications and a workshop on Power Skills that Lead to Exceptional Performance. This professional development program will offer training courses to develop and implement process control and an integrated measurement system, and provide professional development focused on the use of data. In addition to the technical training, the program will also provide instruction on management and leadership skills for performance excellence. Trainers will reference input from participants during class to create live examples relevant to the organization. Training content meets FIU's rigorous academic standards and, via FIU's subcontractors, is accredited by the International Accreditors for Continuing Education and Training (IACET). A. Participants: This plan allows for accommodating 16 participants. B. Deliverables: 1. Lean Six Sigma (LSS) Yellow Belt Training 2. Lean Six Sigma DMAIC Training 3. Project management for Lean Six Sigma Training 4. Management by Fact Training 5. Power Skills that Lead to Exceptional Performance Workshop (includes development of a personalized Performance Improvement Plan) C. Training Location: All training will be conducted on -site at: Miami Fire Department Fire College 3425 Jefferson Street Miami, FL 33133 Training materials will be shipped to this location to the attention of: Assistant Fire Chief Arturo Gomez D. Training Sessions Descriptions: 1. Lean Six Sigma (LSS) Yellow Belt: This is a foundational training which introduces the learner to outcome and in -process measures, flow charts, waste identification, data types (continuous and discrete), variation, sampling, line graphs, histograms, Pareto charts, and an overview of the DMAIC method. 2. Power Skills that Lead to Exceptional Performance: This training identifies the most important Power Skills to master in the workplace to promote accountability and to learn how to think and act to achieve exceptional performance. 18 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida 3. Lean Six Sigma DMAIC: This training is a deep -dive into the 5-step DMAIC process improvement method and the 33 proprietary checkpoints. Each of the five steps is thoroughly examined and additional tools are taught and applied including Selection Matrix, Cost of Poor Quality, SMART statements, Cause and Effect diagrams, 5 Whys, the Sources of All Root Causes, Risk Analysis, demonstrating results with the before and after approach, Process Control Systems, and documentation of Lessons Learned. 4. Project Management for Lean Six Sigma: This training focuses on the eight key Project Management tools applied during the Improve and Control steps of the DMAIC method. Tools taught and applied in class include the Countermeasures Matrix, Work Breakdown Structure, Risk Analysis, Project Action Plans, 3 types of Pilot Projects, Lessons Learned, Process Control Systems, and Return on Investment (ROI). 5. Management by Fact: This is a leadership -level training with emphasis on leaders with roles in process improvement, gap analysis, problem solving, and strategic action planning. We recommend that the City of Miami Fire & Rescue leaders also take this training to provide deeper insight into measurements and creating SMART objectives and action plans. E. Program Schedule: The FIU Executive Certificate in Leading for Performance Excellence comprises five training sessions. Each training session will involve 8 hours of live instruction, scheduled from 8:00 AM to 12:00 PM and 1:00 PM to 5:00 PM. Proposed dates and times have been agreed upon with the client based on the availability of all stakeholders participating in the program. Dates are subject to change upon the approval of all stakeholders. Live Training Session Title Dates Lean Six Sigma (LSS) Yellow Belt Thursday, October 31, 2024 Power Skills that Lead to Exceptional Performance Tuesday, November 12, 2024 Lean Six Sigma DMAIC Tuesday, December 17, 2024 Project Management for Lean Six Sigma Wednesday, December 18, 2024 Management by Fact Thursday, December 19, 2024 F. Program Investment & Requirements: Flat Fee of USD $38,800.00 required to do the program. This flat fee will accommodate 16 participants to attend the program. Prices shown are valid until 3/31/2025. Certificates will not be distributed until full payment is received by FIU. What is Included: All training conducted by a LSS Master Black Belt and senior -level Subject Matter Experts. Program design, development, and delivery. Program supervision by FIU Program Director. Five (5) deliverables as detailed above. 19 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida • All course materials. Certificates of Completion from FIU College of Business. Faculty/Instructor Name: Robert (Bob) H. Seemer Mr. Seemer is a LSS Master Black Belt with operational experience in Industrial Engineering, Managerial, and Leadership positions with Boeing, Florida Power & Light, and United Parcel Service in manufacturing, power generation, maintenance management and engineering, and logistics management. In addition to working with FIU Office of Executive Education in the delivery of special assignments, Mr. Seemer is the founder and COO of Consulting Practices Competitive Technologies and ets, Inc., both focused on organizational performance improvement through leadership engagement and development, process management and re -engineering, and strategic planning. Has written and e-published several books including Six Sigma for Educators (2009) and The Problem Solver-9 editions (1991-2011). Actively involved in the Florida Sterling Council for more than 20 years and has had extensive experience working with fire fighters and EMTs. Specialties: Work Systems Design, Measurement Systems, Organizational Assessment, Strategic Planning and Deployment, Process Management and Re -engineering, Lean Six Sigma, Malcolm Baldrige Criteria for Performance Excellence, Applied Technology to improve productivity of organizations and fragmented community networks. Neal Whitten Mr. Neal Whitten is a consultant, trainer, mentor, speaker and best-selling author in the areas of leadership and soft skills, project management, team building and employee development. He has more than 35 years of front-line leadership, project management and personal development experience. Neal is a frequent presenter and keynote speaker at conferences, seminars, workshops, and special events. He has developed dozens of leadership, project management and personal development classes, and presented to many thousands of people from across hundreds of companies, institutions and public organizations. 20 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida EXHIBIT "B" COMPENSATION Below is the payment schedule based on a cohort of 16 participants. Date Due Amount 50% of total amount due upon execution of agreement $19,400.00 Remaining 50% balance due within 45 days after services are fully rendered $19,400.00 Total: $38,800.00 Refund Policy: All fees are not refundable. Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida EXHIBIT "C" INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS FOR A CERTIFICATE OF INSURANCE The Provider is self -insured subject to the limitations and provisions of Section 768.28 of the Florida Statutes. 22 Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F City of Miami, Florida EXHIBIT "D" SEE ATTACHED DELEGATION OF SIGNATURE OF AUTHORITY Docusign Envelope ID: CFEB9759-18CB-4BD6-A2CC-996F5891 D73F DocuSign Envelope ID: 6075F567-8E48-46B4-AE72-2C05CDFC2A67 FLORIDA INTERNATIONAL UNIVERSITY SUB -DELEGATION OF SIGNATURE AUTHORITY DELEGATEE AMOUNT EFFECTIVE DATE Elizabeth M. Bejar Provost, Executive Vice President and Chief Operating Officer Sr. Vice President, Academic and Student Affairs $1,000,000.00 February 16, 2023 SCOPE OF AUTHORITY Approve and execute all agreements, and contracts for the procurement of goods and services, with a value not to exceed the amount set forth above, and to sign all documents related thereto, for the benefit of the Office of the Provost and the Division of Academic and Student Affairs. Contracts must be processed in accordance with University procedures, including legal review by the Office of the General Counsel. AUTHORITY FOR DELEGATION The Florida International University Board of Trustees Resolution dated April 18, 2019. AUTHORITY TO SUB -DELEGATE TO DIRECT REPORTS I Yes No Any sub -delegations authorized under this memorandum are subject to the condition that (i) the delegator institutes appropriate measures of control over the exercise of this power, and (ii) a copy of any delegation is provided to the Office of the General Counsel for recordation in the University's official records. By signing below you agree to be bound by the terms of this Delegation and related policies on Signature Delegation. Elizabeth M. Bejar DocuSigned by: fIA)akfL Neir April 17 , 2023 7040ADC401 rf4C3... Signature Date APPROVAL Kenneth A. Jessell Presidennt V-19`2°P Sign ure Date This delegation of signature authority supersedes all previously delegated authority. Office of the General Counsel -Rev. 4.6.15 Olivera, Rosemary From: Gandarilla, Aimee Sent: Monday, November 4, 2024 12:12 PM To: Hannon, Todd Cc: Olivera, Rosemary; Brown, Sadie; Roberts, Frankeetha Subject: Executed Agreement FIU Program Attachments: Agreement FIU Program (matter 24-2582).pdf Good afternoon Todd, Please find attached the fully executed copy of an agreement from DocuSign that is to be considered an original agreement for your records. Thank you, Aimee) candcailiai Procurement Assistant City of Miami Procurement Department 444 SW 2nd Avenue, 6thfloor, Miami, FL 33130 P (305) 416-1906 F (305) 400-5073 E agandarilla@miami.gov "Serving, Enhancing, and Transforming our Community" i