HomeMy WebLinkAboutC2024-078 - 4/16/2024 - Approved
SERVICE AGREEMENT NO. 5518
Promotional Exams for Police Department
THIS Promotional Exams for Police Department Agreement ("Agreement") is
entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation (“City”) and Industrial/Organizational Solutions, Inc. (“Contractor"),
effective upon execution by the City Manager or the City Manager’s designee (“City
Manager”).
WHEREAS, Contractor has bid to provide Promotional Exams for Police
Department in response to Request for Bid/Proposal No. 5518 (“RFB/RFP”), which
RFB/RFP includes the required scope of work and all specifications and which RFB/RFP
and the Contractor’s bid or proposal response, as applicable, are incorporated by
reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set
out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Promotional Exams for Police Department
(“Services”) in accordance with the attached Scope of Work, as shown in
Attachment A, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2.
2. Term.
(A) The Term of this Agreement is three years beginning on the date provided
in the Notice to Proceed from the Contract Administrator or the City’s
Procurement Division. The parties may mutually extend the term of this Agreement
for up to two additional one-year periods (“Option Period(s)”), provided, the
parties do so in writing prior to the expiration of the original term or the then-current
Option Period.
(B) At the end of the Term of this Agreement or the final Option Period, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Period, continue on a month-to-month basis for up to six months with
compensation set based on the amount listed in Attachment B for the Term or the
final Option Period. The Contractor may opt out of this continuing term by
providing notice to the City at least 30 days prior to the expiration of the Term or
final Option Period. During the month-to-month term, either Party may terminate
the Agreement upon 30 days’ written notice to the other Party.
Service Agreement Standard Form Page 1 of 8
Approved as to Legal Form October 29, 2021
3. Compensation and Payment. This Agreement is for an amount not to exceed
$316,257.00, subject to approved extensions and changes. Payment will be made
for Services performed and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. All pricing must be in accordance
with the attached Bid/Pricing Schedule, as shown in Attachment B, the content
of which is incorporated by reference into this Agreement as if fully set out here in
its entirety. Any amount not expended during the initial term or any option period
may, at the City’s discretion, be allocated for use in the next Option Period.
Invoices must be mailed to the following address with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City’s Contract Administrator for this Agreement is as follows:
Name: LaCresa Martin
Department: Human Resources
Phone: 361-826-3348
Email: LaCresaM@cctexas.com
5. Insurance; Bonds.
(A) Before performance can begin under this Agreement, the Contractor must
deliver a certificate of insurance (“COI”), as proof of the required insurance
coverages, to the City’s Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days’
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
(B) In the event that a payment bond, a performance bond, or both, are
required of the Contractor to be provided to the City under this Agreement before
performance can commence, the terms, conditions, and amounts required in the
bonds and appropriate surety information are as included in the RFB/RFP or as
Service Agreement Standard Form Page 2 of 8
Approved as to Legal Form October 29, 2021
may be added to Attachment C, and such content is incorporated here in this
Agreement by reference as if each bond’s terms, conditions, and amounts were
fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of Services to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of Services to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and Services will not be
rendered until the Contractor receives the signed purchase release order.
7. Inspection and Acceptance. City may inspect all Services and products supplied
before acceptance. Any Services or products that are provided but not
accepted by the City must be corrected or re-worked immediately at no charge
to the City. If immediate correction or re-working at no charge cannot be made
by the Contractor, a replacement service may be procured by the City on the
open market and any costs incurred, including additional costs over the item’s
bid/proposal price, must be paid by the Contractor within 30 days of receipt of
City’s invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
(C) Contractor warrants that all Services will be performed in accordance
with the standard of care used by similarly situated contractors performing similar
services.
9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City’s actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City’s product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator.
Service Agreement Standard Form Page 3 of 8
Approved as to Legal Form October 29, 2021
10. Non-Appropriation. The continuation of this Agreement after the close of any
th
fiscal year of the City, which fiscal year ends on September 30 annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City’s City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such Services in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
12. Subcontractors. In performing the Services, the Contractor will not enter into
subcontracts or utilize the services of subcontractors.
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: LaCresa Martin
Title: Senior Management Analyst
Address: 1201 Leopard St., Corpus Christi, Texas 78401
Phone: 361-826-3348
Fax: N/A
IF TO CONTRACTOR:
Industrial / Organizational Solutions, Inc
Attn: Chad C. Legel, M.s.
Title: President & CEO
Address: 1520 Kensington Road, Suite 110, Oak Brook, Illinois 60523
Phone: 888-784-1290
Service Agreement Standard Form Page 4 of 8
Approved as to Legal Form October 29, 2021
Fax: 708-410-1558
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS (“INDEMNITEES”) FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS’ FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City may terminate this Agreement for Contractor’s failure to comply with
any of the terms of this Agreement. The City must give the Contractor written
notice of the breach and set out a reasonable opportunity to cure. If the
Contractor has not cured within the cure period, the City may terminate this
Agreement immediately thereafter.
(B) Alternatively, the City may terminate this Agreement for convenience upon
30 days advance written notice to the Contractor. The City may also terminate
this Agreement upon 24 hours written notice to the Contractor for failure to pay or
provide proof of payment of taxes as set out in this Agreement.
19. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner’s manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
Service Agreement Standard Form Page 5 of 8
Approved as to Legal Form October 29, 2021
20. Limitation of Liability. The City’s maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor’s bid response (Exhibit 2).
24. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 “Certificate of Interested Parties” as part of this Agreement if required
by said statute.
25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
26. Public Information Act Requirements. This paragraph applies only to agreements
that have a stated expenditure of at least $1,000,000 or that result in the
expenditure of at least $1,000,000 by the City. The requirements of Subchapter J,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
Service Agreement Standard Form Page 6 of 8
Approved as to Legal Form October 29, 2021
27. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
Service Agreement Standard Form Page 7 of 8
Approved as to Legal Form October 29, 2021
CONTRACTOR
Signature:
Printed Name:
Title:
Date:
CITY OF CORPUS CHRISTI
________________________________________________
Josh Chronley
Assistant Director of Finance - Procurement
Date: _________________________
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance and Bond Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB/RFP No. 5518
Exhibit 2: Contractor’s Bid/Proposal Response
Service Agreement Standard Form Page 8 of 8
Approved as to Legal Form October 29, 2021
Scope of Work
.1. General Requirements
The Contractor shall perform tasks, under the direction of Human Resources,
associated with the development, statistical analysis, and assessment center
process for promotional examinations of law enforcement officers. The Contractor
will also Comply with Texas Government Code 143, City of Corpus Christi Civil
Service rules and regulations, and Collective Bargaining Agreements, concerning
Written Examinations and Asset Centers.
.2. Scope of Work
A.1. The Contractor will professionally develop and supply under the direction of
Human Resources Department a multiple choice 100 question written
examination that will be administered by the Human Resources Department
using sources that are provided and approved by the Civil Service Commission.
B.The Contractor shall deliver the examination questions in a sealed and secured
manner confidentially to the Human Resources Department. The examination
will be developed in a way that can be graded immediately following the exam.
Ranks include Police Captain and Police Lieutenant and a proficiency exam for
Senior Officers.
C.The Contractor will provide to the Human Resources Director or designee as the
Head of the Civil Service Commission a written response to any appealed test
question for Police Lieutenant and Police Captain. The response will be used on
the City’s behalf in the Civil Service Commission meeting. The Commission will
determine whether a test question will be deleted, changed, or has more than
one answer. The decision rendered by the Commission is final and changes to
grade will be made by the Human Resources Department.
D.The Contractor will professionally develop and administer under the direction of
the Human Resources Department an assessment center for the ranks of Police
Captain and Police Lieutenant using a minimum of three exercises which
adequately assesses measurable dimensions of the job analysis. The assessment
center will count 60 percent of the total score and will be graded in a way that
will go out at least two decimal points to eliminate any possible ties.
E.The Contractor will utilize audio/video equipment to conduct assessment center
exercises.
F.The Contractor will develop the job analysis using equivalent and/or higher ranks
within the Corpus Christi Police Department as subject matter experts.
Coordination and selection of the SME’s will be the responsibility of the Human
Resources Department.
G.The Contractor will provide assessors training in the administration and grading
process for a minimum eight hours prior to conducting the assessment center
H.The Contractor will provide a classroom style orientation to candidates on
general information of the assessment center process.
I.The Contractor will comply with providing within 24 hours of the conclusion of
the entire Assessment Center process, excluding weekends and City-observed
holidays, the grading for the assessment center so that Human Resources can
prepare a promotional eligibility list. Only the top 10 Captain candidates and
top 15 Lieutenant candidates of the written examination will proceed to the
assessment center process.
J.The Contractor will supply materials used for assessment centers and provide
expert testimony in court should the validity of an exam be legally challenged.
K.The Contractor shall supply an appropriate response to any arising pandemic
while maintaining compliance with current Collective Bargaining Agreements.
L.The Contractor shall provide assessment center feedback to candidates. The
purpose of this session will be to provide each candidate with his/her score, the
areas in which he/she excelled and did poorly, and what he/she might do to
improve his/her performance in the future. The results of the Assessment Center
examination shall be binding for one year and, absent fraud, are not
appealable to the Civil Service Commission or any other forum.
M.The Contractor will use assessors selected by the Corpus Christi Police Association
and approved by the Chief of Police, in a process detailed in the collective
bargaining agreement.
N.The Contractor will be the proprietary owner of all video and audio tapes utilized
in the assessment center.
O.The price must include travel. Separate reimbursement will not be allowed for
travel.
P.The Contractor will abide by Tx Gov. Code 143, The City of Corpus Christi Civil
Service Rules and Regulations, and current Collective Bargaining Agreements in
the development and or administration of written examinations and assessment
centers.
The following tables outline the costs associated with the project plan described in this
proposal.
Corpus Christi, TX Police Promotional Processes
{ĻƓźƚƩ hŅŅźĭĻƩ Λ9ƭƷźƒğƷĻķ ЋЉ /ğƓķźķğƷĻƭΜ
Consultant Consulting Tech. Wrtr. Admin.
Project StepHrs.Assoc. Hrs.HrsHrs.Cost
Kick-off and Planning ЊЉЉЉ$230
Discuss milestones and determine timeline1
Component Expensesn/a
Job Analysis ЊЍЋЍЉЊЍ$7,820
Incumbent interviews/observations.68
Job analysis questionnaire development and admin.375
Analysis and technical reporting.599
Component Expenses$1,280
Written Job Knowledge Examination ВАЍБЉ$7,030
Work with SMEs to develop an examination plan that is
linked to the job analysis, and select appropriate
knowledge sources.2
Draft 125 multiple choice questions based on exam
plan.2542
Review questions with SMEs to assess job-relatedness
and difficulty. Identify final 100 questions and
establish appropriate cut-off score.46
Score exam.12
Component Expenses$75
Technical Report ЏБЉЉ$2,300
Draft report to document test development, validation
and results.68
Pass-Through ExpensesN/A
Site Procurement Expenses - Exam and/or assessment
center site rental and catering obligations.Provided by City
Assessor Travel-related Expenses - Assessor flights,
lodging, and per diems.
N/A
TOTAL PROJECT INVESTMENT
$17,380
tƩƚƆĻĭƷ bƚƷĻƭ
IOS has used estimated candidate numbers to estimate parameters for exam and assessment processes (e.g., duration of exam/assessment,
how many IOS personnel are on-site, etc.) based on our standard practices. Consultant travel-related costs have been calculated based on
these estimates. These costs have been built into line-item pricing. IOS will invoice clients as each project component/line-item is
completed. The line item total reflects labor, overhead and all travel-related costs. IOS will not provide itemized expenses receipts to
Site Procurement Expenses and Assessor Travel-related expenses have been estimated. These estimates are based on assumptions
regarding candidate numbers, duration, etc. The client will be responsible for these costs in full. IOS will invoice these expenses to the
client after IOS has accepted liability for these expenses on behalf of the client. IOS will invoice actual site, assessor flight and assessor
lodging costs. A per diem will be calculated based for assessors to cover meals not provided by IOS, transportation, parking, baggage fees,
and other incidental travel expenses as appropriate. The per diems will be assessed to the client and will not be reconciled against actual
receipts. IOS will invoice expenses up to the allotted budget. If in the course of procuring sites/assessors, IOS becomes aware that the
estimated budget will be insufficient for whatever reason, IOS will notify the client and seek to identify a mutually acceptable solution.
While we have attempted to establish accurate budgets, significant fluctuations in costs associated with flights and lodging are possible.
Client will be responsible for administering the written examination and provide immediate scoring.
2
Copyright ¨ 2023, Industrial/Organizational Solutions, Inc.
tƚƌźĭĻ \[źĻǒƷĻƓğƓƷ Λ9ƭƷźƒğƷĻķ ЌЎ /ğƓķźķğƷĻƭΜ
Consultant Consulting Tech. Wrtr. Admin.
Project StepHrs.Assoc. Hrs.HrsHrs.Cost
Kick-off and Planning ЊЉЉЉ$230
Discuss milestones and determine timeline1
Component Expensesn/a
Job Analysis ЊЍЋЍЉЊЍ$7,820
Incumbent interviews/observations.68
Job analysis questionnaire development and admin.375
Analysis and technical reporting.599
Component Expenses$1,280
Written Job Knowledge Examination ВВЎЍЉ$7,770
Work with SMEs to develop an examination plan that is
linked to the job analysis, and select appropriate
knowledge sources.2
Draft 125 multiple choice questions based on exam
plan.2542
Review questions with SMEs to assess job-relatedness
and difficulty. Identify final 100 questions and
establish appropriate cut-off score.46
Score exam.12
Assist in designing/coordinating appeals process and
respond to candidate appeals.26
Component Expenses$75
Assessment Center Development ЏЊЌЊЉЏ$20,295
Design three exercises based on input from SMEs,
including candidate preparation materials, scripts, and
rating criteria/guidelines.365
Review exercise with SMEs to refine exercise details
and ensure accuracy of criteria.31
Develop efficient assessment schedule and plan out
needs for assessment site.1
Administer the assessment center (estimated 15
candidates: 2 days, 2 staff)1818
Compile assessment scores and conduct quality
controls.232
Develop candidate feedback reports.144
Component Expenses$2,460
Candidate Orientation Presentation ЏЍЉЉ$1,840
Prepare and deliver a candidate preparation/orientation
presentation.64
Component Expenses$0
Technical Report ЏБЉЉ$2,300
Draft report to document test development, validation
and results.68
Pass-Through ExpensesN/A
Site Procurement Expenses - Exam and/or assessment
center site rental and catering obligations.Provided by City
Assessor Travel-related Expenses - Assessor flights,
lodging, and per diems.
Handled by City
TOTAL PROJECT INVESTMENT
$40,255
tƩƚƆĻĭƷ bƚƷĻƭ
IOS has used estimated candidate numbers to estimate parameters for exam and assessment processes (e.g., duration of exam/assessment,
how many IOS personnel are on-site, etc.) based on our standard practices. Consultant travel-related costs have been calculated based on
these estimates. These costs have been built into line-item pricing. IOS will invoice clients as each project component/line-item is
completed. The line item total reflects labor, overhead and all travel-related costs. IOS will not provide itemized expenses receipts to
Site Procurement Expenses and Assessor Travel-related expenses have been estimated. These estimates are based on assumptions
regarding candidate numbers, duration, etc. The client will be responsible for these costs in full. IOS will invoice these expenses to the
client after IOS has accepted liability for these expenses on behalf of the client. IOS will invoice actual site, assessor flight and assessor
lodging costs. A per diem will be calculated based for assessors to cover meals not provided by IOS, transportation, parking, baggage fees,
and other incidental travel expenses as appropriate. The per diems will be assessed to the client and will not be reconciled against actual
receipts. IOS will invoice expenses up to the allotted budget. If in the course of procuring sites/assessors, IOS becomes aware that the
estimated budget will be insufficient for whatever reason, IOS will notify the client and seek to identify a mutually acceptable solution.
While we have attempted to establish accurate budgets, significant fluctuations in costs associated with flights and lodging are possible.
Client will be responsible for administering the written examination and provide immediate scoring.
Client will be responsible for recruiting assessors.
3
Copyright ¨ 2023, Industrial/Organizational Solutions, Inc.
tƚƌźĭĻ /ğƦƷğźƓ Λ9ƭƷźƒğƷĻķ ЋЉ /ğƓķźķğƷĻƭΜ
Consultant Consulting Tech. Wrtr. Admin.
Project StepHrs.Assoc. Hrs.HrsHrs.Cost
Kick-off and Planning ЊЉЉЉ$230
Discuss milestones and determine timeline1
Component Expensesn/a
Job Analysis ЊЍЋЍЉЊЍ$7,495
Incumbent interviews/observations.68
Job analysis questionnaire development and admin.375
Analysis and technical reporting.599
Component Expenses$955
Written Job Knowledge Examination ВВЎЍЉ$7,770
Work with SMEs to develop an examination plan that is
linked to the job analysis, and select appropriate
knowledge sources.2
Draft 125 multiple choice questions based on exam
plan.2542
Review questions with SMEs to assess job-relatedness
and difficulty. Identify final 100 questions and
establish appropriate cut-off score.46
Score exam.12
Assist in designing/coordinating appeals process and
respond to candidate appeals.26
Component Expenses$75
Assessment Center Development ЎВЋБЉЎ$19,450
Design three exercises based on input from SMEs,
including candidate preparation materials, scripts, and
rating criteria/guidelines.365
Review exercise with SMEs to refine exercise details
and ensure accuracy of criteria.31
Develop efficient assessment schedule and plan out
needs for assessment site.1
Administer the assessment center (estimated 10
candidates: 2 days, 2 staff)1616
Compile assessment scores and conduct quality
controls.232
Develop candidate feedback reports.133
Component Expenses$2,460
Candidate Orientation Presentation ЏЍЉЉ$1,840
Prepare and deliver a candidate preparation/orientation
presentation.64
Component Expenses$0
Technical Report ЏБЉЉ$2,300
Draft report to document test development, validation
and results.68
Pass-Through ExpensesN/A
Site Procurement Expenses - Exam and/or assessment
center site rental and catering obligations.Provided by City
Assessor Travel-related Expenses - Assessor flights,
lodging, and per diems.
Handled by City
TOTAL PROJECT INVESTMENT
$39,085
tƩƚƆĻĭƷ bƚƷĻƭ
IOS has used estimated candidate numbers to estimate parameters for exam and assessment processes (e.g., duration of exam/assessment,
how many IOS personnel are on-site, etc.) based on our standard practices. Consultant travel-related costs have been calculated based on
these estimates. These costs have been built into line-item pricing. IOS will invoice clients as each project component/line-item is
completed. The line item total reflects labor, overhead and all travel-related costs. IOS will not provide itemized expenses receipts to
Site Procurement Expenses and Assessor Travel-related expenses have been estimated. These estimates are based on assumptions
regarding candidate numbers, duration, etc. The client will be responsible for these costs in full. IOS will invoice these expenses to the
client after IOS has accepted liability for these expenses on behalf of the client. IOS will invoice actual site, assessor flight and assessor
lodging costs. A per diem will be calculated based for assessors to cover meals not provided by IOS, transportation, parking, baggage fees,
and other incidental travel expenses as appropriate. The per diems will be assessed to the client and will not be reconciled against actual
receipts. IOS will invoice expenses up to the allotted budget. If in the course of procuring sites/assessors, IOS becomes aware that the
estimated budget will be insufficient for whatever reason, IOS will notify the client and seek to identify a mutually acceptable solution.
While we have attempted to establish accurate budgets, significant fluctuations in costs associated with flights and lodging are possible.
Client will be responsible for administering the written examination and provide immediate scoring.
Client will be responsible for recruiting assessors.
4
Copyright ¨ 2023, Industrial/Organizational Solutions, Inc.
Schedule of Hourly Rates - IOS 2023
Category Rate
$230/hour
Consultant/Industrial Psychologist
$115/hour
Consulting Associate
$85/hour
Technical Writer
$40/hour
Administrative Assistant
Details Regarding Proposed Pricing:
The cost information provided is based on the facts and figures that were provided in the
request for proposals. Should the scope of services need to be changed/modified, or the
candidate numbers increase, IOS will calculate any additional project costs, based on our
published hourly rates, and submit a change order to the agency prior to engaging in additional
work.
The proposed costs are fixed-firm and, unless the scope of work is modified, will be invoiced in
total. IOS proposes the following invoice schedule: 1/3 upon contract execution, 1/3 upon
development of the written examination, and 1/3 upon completion of the project.
Concerning Project-Related Litigation/Challenges
The nature of the contracted work that IOS performs is inherently litigious as it relates to
employment and promotion decisions within the context of public safety agencies, which has
been a fertile ground for employment litigation for well over 50 years. Some of the lower-
scoring candidates, who are not selected, will inevitably find fault with the selection process
rather than acknowledge that their performance on the exam/assessment was accurately
measured. Often the reasons for litigation go beyond the technical work performed by IOS
and target agency rules, practices or other factors that are ancillary to s exam/assessment.
Simply stated, our field and the work we perform has a significant risk of litigation for many
reasons.
Despite the many risks involved in this work, IOS is committed to assisting our clients in the
defense of challenges/litigation. In order to provide competent support, IOS will invoice the
client at the current published hourly rates for all activities that IOS undertakes in support of
ncerning
the potential or actual challenge/litigation, consultation with internal or external counsel,
research, analysis, production of discovery documents, deposition, cons legal
counsel, internal discussions among IOS staff regarding strategy, testimony, and assistance
securing and vetting experts. These activities are not required for all projects, and only occur
based on situation-specific events (e.g., grievance or lawsuit). Therefore, these activities have
not been factored into our cost proposal and will be invoiced as they occur.
Hourly Rates for 2023
Classification Hourly Rate
Consultant (Principal, Ph.D., or Senior Consultant) $325
Associate Consultant $150
Administrative Support $50
5
Copyright ¨ 2023, Industrial/Organizational Solutions, Inc.
A CINSURANCE
I.CONTRACTOR’S LIABILITY INSURANCE
A.Contractormust not commence work under this contractuntil all insurance required has
been obtainedand such insurance has been approved by the City. Contractormust
not allow any subcontractor,to commence work until all similar insurance required of
any subcontractorhas been obtained.
B.Contractormust furnish to the City’s Risk ManagerandContract Administer one (1) copy
of Certificates of Insurance with applicable policy endorsements showing the following
minimum coverage by an insurance company(s) acceptable to the City’s Risk
Manager. The Citymust be listed as an additional insured on the General liability and
Auto Liability policiesby endorsement, and a waiver of subrogation endorsementis
required on all applicable policies.Endorsementsmust be provided with Certificate of
Insurance.Project name and/or number must be listed in Description Box of Certificate
of Insurance.
TYPE OF INSURANCEMINIMUM INSURANCE COVERAGE
30-day advance writtennoticeofBodily Injury and Property Damage
cancellation, non-renewal, materialPer occurrence - aggregate
change or termination required on all
certificates and policies.
ERRORS & OMISSIONS $1,000,000 Per Occurrence
$1,000,000 Aggregate
C.In the event of accidents of any kindrelated to this contract,Contractormust furnish
the Risk Manager with copies of all reports of any accidents within 10 days of the
accident.
II.ADDITIONAL REQUIREMENTS
A.Applicable forpaid employees, Contractormust obtain workers’ compensation
coverage through a licensed insurancecompany. The coverage must be written on a
policy and endorsements approved by the Texas Department of Insurance. The
workers’ compensation coverage provided must be in statutory amounts according to
the Texas Department of Insurance, Division of Workers’ Compensation. An All States
Endorsement shall be required if Contractoris not domiciled in the State of Texas.
B.Contractorshall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Contractor's sole expense, insurance coverage
written on an occurrence basis by companies authorized and admitted to do business
in the State of Texas and with an A.M. Best's rating of no less than A- VII.
C.Contractorshall be required to submit renewal certificates of insurance throughout the
term of this contract and any extensions within 10 days of the policy expiration dates.
All notices under this Exhibit shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Manager
P.O. Box 9277
Corpus Christi, TX 78469-9277
D.Contractor agrees that,with respect to the above required insurance, all insurance
policies are to contain or be endorsed to contain the following required provisions:
List the City and its officers, officials, employees, and volunteers, as additional insureds
by endorsement withregardto operations, completed operations, and activities of or
on behalf of the named insured performed under contract with the City, with the
exception of the workers' compensation policy;
Provide for an endorsement that the "other insurance" clause shall not apply to the City
of Corpus Christi where the City is an additional insured shown on the policy;
Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
Provide thirty (30) calendar days advance written notice directly to City of any,
cancellation, non-renewal, material change or termination in coverage and not less
than ten (10) calendar days advance written notice for nonpayment of premium.
E.Within five (5) calendar days of a cancellation, non-renewal, material changeor
termination of coverage, Contractorshall provide a replacement Certificate of
Insurance and applicable endorsements to City. City shall have the option to suspend
Contractor's performance should there be a lapse in coverage at any time during this
contract. Failure to provide and to maintain the required insurance shall constitute a
material breach of this contract.
F.In addition to any other remedies the City may have upon Contractor's failure to provide
and maintain any insurance or policy endorsements to the extent and within the time
herein required, the City shall have the right to order Contractorto stop work hereunder,
and/or withhold any payment(s) which become due to Contractorhereunder until
Contractordemonstrates compliance with the requirements hereof.
G.Nothing herein contained shall be construed as limiting in any way the extent to which
Contractormay be held responsible for payments of damages to persons or property
resulting from Contractor's or its subcontractor’s performance of the work covered
under this contract.
H.It is agreed that Contractor's insurance shall be deemed primary and non-contributory
with respect to any insurance or self insurance carried by the City of Corpus Christi for
liability arising out of operations under this contract.
I.It is understood and agreed that the insurance required is in addition to and separate
from any other obligation contained in this contract.
BONDS
Nobondsarerequired;therefore,ServiceAgreemenSection5
202 Insurance Requirements
Ins. Req. Exhibit 3-L
Professional Services – Errors &Omissions
04/14/202 Risk Management–Legal Dept.
ATTACHMENT D:WARRANTY REQUIREMENTS
Pageof