Loading...
2200 - Dynamics & Performance Management Inc - Recruitment of a City ManagerAGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT FOR PROFESSIONAL SERVICES ("AGREEMENT") is made and entered into effective as of December 11, 2025, by and between the CITY OF ROSEMEAD, a charter law city, located at 8838 East Valley Boulevard, Rosemead CA 91770, ("CITY") and Dynamics & Performance Management, Inc., a corporation, located at 461 Green Orchard Place, Riverside, CA 92506 ("CONSULTANT'). WITNESSETH: For and in consideration of the promises and of the mutual covenants and agreements herein contained, said parties hereby agree as follows: 1. RECITALS. This AGREEMENT is made and entered into with respect to the following facts: A. CITY requires professional executive recruitment services ("SERVICES") for the recruitment of a City Manager; and B. CONSULTANT is qualified to provide these certain services to the CITY necessary for said SERVICES; and, therefore, the City has elected to engage the services of CONSULTANT upon the terms and conditions hereinafter set forth. 2. SCOPE OF SERVICES. A. CONSULTANT shall furnish to the CITY all labor, materials, tools, equipment, services, and incidental customary work necessary to fully and adequately perform those services described in Exhibit A, which is hereby incorporated by reference. To the extent that Exhibit A is a proposal from CONSULTANT, such proposal is incorporated only for the description of the scope of services and no other terms and conditions from any such proposal shall apply to this AGREEMENT. Professional services Contract under $50K _1 _ 122025 Form 4928-29814103 v2 B. Performance of the SERVICES specified herein is made an obligation of CONSULTANT under this AGREEMENT, subject to any changes made subsequently upon the mutual written agreement of the parties. C. The scope of services to be performed by CONSULTANT under this AGREEMENT shall include, but not be limited to, those services specified in Paragraph 2A hereof. D. If there is a conflict between any of the provisions of the AGREEMENT and Exhibit A, this AGREEMENT shall have priority in the interpretation of the Parties rights and obligations under this AGREEMENT. 3. PERFORMANCE STANDARDS. While performing this AGREEMENT CONSULTANT will use the appropriate generally accepted professional standards of practice existing at the time of performance utilized by persons engaged in providing similar services. CONSULTANT shall cooperate with CITY if CITY opts to monitor CONSULTANT's services. CITY will notify CONSULTANT of any deficiencies and CONSULTANT will have fifteen (15) days after such notification to cure any shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be borne by CONSULTANT. 4. FAMILIARITY WITH WORK. A. By executing this AGREEMENT, CONSULTANT agrees that, to the best of CONSULTANT's knowledge and belief, CONSULTANT has (i) Carefully investigated and considered the scope of services to be performed; (ii) Carefully considered how the services should be performed; and (iii) Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONSULTANT agrees that CONSULTANT has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONSULTANT discover any latent or unknown conditions that may materially affect the performance of the services, CONSULTANT will immediately inform CITY of such fact and will not proceed except at CONSULTANT's own risk until written instructions are received from CITY. S. CITY SUPERVISION. The City Manager for CITY shall have the right of general supervision of all work performed by CONSULTANT and shall be the CITY's agent with respect to obtaining CONSULTANT's compliance hereunder. No payment for any services rendered under this AGREEMENT shall be made without the prior approval of the City Manager. Professional Services Contract under $50K -2- 12/2025 Forth 4928-2981-4103 v2 6. FEE. Compensation to CONSULTANT for the total services to be rendered pursuant to this AGREEMENT shall be in an amount not to exceed $25,500. 7. EXTRA SERVICES. Notwithstanding any other provision herein, no extra services shall be rendered by CONSULTANT under this AGREEMENT unless such extra services first shall have been authorized in writing by the CITY. Any such services so authorized shall be paid by the CITY at rates approved of by the CITY. Notwithstanding any written or oral communication to the contrary, unless the City Manager gains the legal authority to authorize contracts in excess of $50,000, no extra services may be authorized unless the fee and the extra services total to less than $50,000. 8. PAYMENT BY CITY. A. Compensation. Subject to any limitations provided in the Contract Documents, CITY agrees to pay CONSULTANT as full consideration for the faithful performance of all of the Work the total amount of Twenty Five Thousand and Five hundred Dollars ($25,500.00) ("Compensation"). B. Monthly Invoice. CONSULTANT must furnish CITY with an invoice for the Work performed in accordance with the Contract Documents. CONSULTANT may not submit invoices more often than once every 30 days. C. City Review of Invoices. CITY will review each invoice and determine whether the Work performed is in accordance with the Contract Documents. The City Manager may require CONSULTANT to provide a release of all undisputed Contract amounts contained in the invoice. D. Disputes on Invoices. If CITY disputes any item on an invoice, CITY will give CONSULTANT notice stating the reasons for the dispute. The Parties will meet and confer in good faith to attempt to resolve the dispute. E. 30 Days to Pay Invoice. Except as to any charges for the Work performed that the CITY disputes, CITY will cause CONSULTANT to be paid within 30 days of the date of the invoice or the date that CONSULTANT furnishes CITY with a release of all undisputed Contract amounts, whichever occurs later. F. Partial Invoices. In the event there is any claim specifically excluded by CONSULTANT from the operation of any release, CITY may retain an amount not to exceed the amount of the excluded claim. G. No Additional Compensation. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the contract documents, and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered Professional services Contract under $50K -3- 1212025 Form 4928-2981-4103 v2 in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. 9. TERM. The term of this AGREEMENT shall expire on June 30, 2026, unless sooner terminated as provided in Section 12 herein. The CITY may extend said time of completion for delays caused by circumstances beyond the control of either party to this AGREEMENT. Should the consulting contract extend beyond the estimated time for completion of said services, CITY hereby reserves the right to continue CONSULTANT's services hereunder with any and all fees for such additional services to be compensated by the CITY at rates approved by the CITY. 10. DISPUTES AND A. Claims, disputes, and other matters in question between the Parties arising out of or relating to this AGREEMENT or the breach thereof, must be resolved by the following procedure: (i) CITY and CONSULTANT will exercise their best efforts to resolve disputes through the development of a consensus. A meeting may be requested by CITY or CONSULTANT at any time for the purpose of resolving a dispute. A determination by the City Manager will be made within two (2) weeks after a meeting to resolve the dispute; (ii) If unresolved within thirty (30) days, then City Manager, or his or her designee, will make a final determination; (iii) Following the City Manager's final determination, the Parties may submit any unresolved matters to non-binding mediation. The parties may, but are not required to be, represented by counsel in mediation; (iv) If the Parties do not agree to mediation, or if mediation does not resolve the Parties' dispute, the matter may be pursued in Los Angeles County Superior Court, or the United States District Court, Central District of California, if federal jurisdiction exists. B. The Parties' rights and remedies under this Agreement are in addition to any other rights and remedies provided by law. 11. PREVAILING WAGE. CONSULTANT is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works' and "maintenance" projects. If the SERVICES are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, CONSULTANT agrees to fully comply with such Prevailing Wage Laws. The CITY shall provide CONSULTANT with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. CONSULTANT shall make copies of the prevailing rates of per diem wages Professional Services Contract under $50K -4- 12/2025 Form 4928-2981-4103 Q for each craft, classification or type of worker needed to execute the SERVICES available to interested parties upon request, and shall post copies at the CONSULTANT's principal place of business and at the project site. CONSULTANT shall defend, indemnify and hold the CITY, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 12. TERMINATION OF AGREEMENT. The CITY may terminate this AGREEMENT upon giving a ten (10) day advance written notice of such termination to CONSULTANT. In that event, the City Manager, or his or her designee, based upon work accomplished by CONSULTANT prior to notice of such termination, shall determine the amount of fees to be paid to CONSULTANT for such services based upon accepted accounting practices. This finding by the City Manager, or his or her designee, shall be final and conclusive as to the amount of such fee. 13. INDEPENDENT CONTRACTOR. CONSULTANT shall act as an independent contractor in the performance of the services provided for in this AGREEMENT and shall furnish such services in CONSULTANT's own manner and method and in no respect shall CONSULTANT be considered an agent or employee of the CITY. 14. OWNERSHIP OF DOCUMENTS. All financial documents, data, studies, and reports prepared by CONSULTANT under this AGREEMENT are CITY's property. CONSULTANT may retain copies of said documents and materials as desired, but will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of CONSULTANT's completed work product, for purposes other than identified in this AGREEMENT, or use of incomplete work product, is at CITY's own risk. CITY will indemnify and hold CONSULTANT harmless for any use of the work product other than as contemplated by this AGREEMENT. 15. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service under this AGREEMENT, no copies, sketches, or graphs of materials, including graphic art work, prepared pursuant to this Agreement, will be released by CONSULTANT to any other person or CITY without CITY's prior written approval. All press releases, including graphic display information to be published in newspapers or magazines, will be approved and distributed solely by CITY, unless otherwise provided by written agreement between the parties. 16. NONASSIGNMENT. This AGREEMENT is not assignable either in whole or in part by CONSULTANT without the written consent of CITY. 17. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a valid Taxpayer Identification Number. 18. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain during the term of this AGREEMENT, all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. Professional Services contract under $50K 1212025 Form 4928-2981-4103 Q 19. INDEMNIFICATION. A. CONSULTANT hereby agrees to the following: (i) Indemnification for Professional Services. CONSULTANT will save harmless and indemnify CITY and, at CITY's request, reimburse defense costs for CITY and all its officers, volunteers, employees and representatives from and against any and all suits, actions, or claims, of any character whatever, brought for, or on account of, any injuries, including death or damages sustained by any person or property resulting or arising from any negligent or wrongful act, error or omission by CONSULTANT or any of CONSULTANT's officers, agents, employees, volunteers or representatives, in the performance of this Agreement. (ii) Indemnification for other Damages. CONSULTANT indemnifies and holds CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of this Agreement, or its performance. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, CONSULTANT will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or otherwise. B. For purposes of this section "CITY" includes CITY's officers, officials, employees, agents, representatives and volunteers. C. It is expressly understood and agreed that the foregoing provisions will survive termination of this Agreement. D. CITY does not, and shall not, waive any rights against CONSULTANT which it may have by reason of the aforesaid hold -harmless AGREEMENT because of the acceptance by CITY or the deposit with CITY by CONSULTANT, of any of the insurance policies hereinafter described in this AGREEMENT. E. The aforesaid hold -harmless AGREEMENT by CONSULTANT shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the aforesaid operations of CONSULTANT, or any subcontractor of CONSULTANT, regardless of whether such insurance policies shall have been determined to be applicable to any of such damages or claims for damages. F. The provisions of this section do not apply to Claims occurring as a result of the CITY's sole negligence or willful acts or omissions. Professional Services Contract under $50K _6- 12/2025 Form 4928-29814103 Q 20. INSURANCE. CONSULTANT shall not commence work under this contract until CONSULTANT shall have obtained all insurance required by this AGREEMENT and shall maintain for the entire term of the AGREEMENT and such insurance shall have been approved by CITY as to form, amount and carrier, nor shall CONSULTANT allow any subcontractor of CONSULTANT to commence work on any subcontract until all similar insurance required of the subcontractor of CONSULTANT shall have been so obtained and approved.. Any delays caused by CONSULTANT's or its subcontractors' failure to procure or maintain required insurance are inexcusable and shall not be a basis for extending the time for completion, and the CITY shall not be liable for reimbursing CONSULTANT for costs due to such delay. 21. A. WORKERS' COMPENSATION INSURANCE. CONSULTANT shall take out and maintain, during the life of this contract, Workers' Compensation Insurance and Employer's Liability Insurance for all of CONSULTANT'S employees employed to perform the SERVICES as described section 2 of the AGREEMENT; and, if any work is sublet, CONSULTANT shall require the subcontractor of CONSULTANT similarly to provide Workers' Compensation Insurance and Employers' Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the latter's employees, unless such employees are covered by the protection afforded by CONSULTANT. If any class of employees engaged in work under this AGREEMENT is not protected under any Workers' Compensation law, CONSULTANT shall provide and shall cause each subcontractor of CONSULTANT to provide adequate insurance for the protection of employees not otherwise protected. CONSULTANT shall indemnify CITY for any damage resulting to it from failure of either CONSULTANT or any subcontractor of CONSULTANT to take out or maintain such insurance. (i) Workers Compensation Insurance in the amount of not less than Statutory Limits set by the State of California. (ii) Employer's Liability Insurance in the amount of not less than ONE MILLION DOLLAR ($1,000,000). B. COMMERCIAL GENERAL LIABILITY, PROFESSIONAL LIABILITY, AND AUTOMOBILE LIABILITY INSURANCE. (i) Commercial General Liability Insurance. CONSULTANT shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Professional Services Contract under $50K -7- 1212025 Form 4928-29814103 Q (ii) Automobile Liability Insurance. CONSULTANT shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the CONSULTANT arising out of or in connection with work to be performed under this agreement, including coverage for any owned, hired, non -owned, or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. C. PROOF OF INSURANCE. CONSULTANT shall provide certificates of insurance and required endorsements to CITY as evidence of insurance coverage required herein. Insurance certificates and endorsements must be approved by CITY prior to the commencement of work. Current certification of insurance shall be kept on file with CITY for the contract period and any additional length of time required thereafter. CITY reserves the right to require complete, certified copies of all required insurance policies, at any time. D. NOTICE TO COMMENCE WORK. The CITY will not issue any notice authorizing CONSULTANT or any subcontractor to commence work under this AGREEMENT until CONSULTANT has provided to the CITY Clerk the proof of insurance as required. E. DURATION OF COVERAGE. CONSULTANT shall procure and maintain for the contract period, and any additional length of time required thereafter, insurance against claims for injuries to persons or damages to property, or financial loss which may arise from or in connection with the performance of work hereunder by CONSULTANT, their agents, representatives, employees, or subconsultants. F. PRIMARY/NONCONTRIBUTING. [if required to meet higher limits]. Consultant shall obtain and maintain an umbrella liability insurance policy with limits that will provide bodily injury, personal injury, and property damage liability coverage, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: • A drop-down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any reason, other than bankruptcy or insolvency of said primary insurer; • "Pay on behalf of wording as opposed to "reimbursement'; • Concurrency of effective dates with primary policies. Should Consultant obtain and maintain an excess liability policy, such policy shall be excess over commercial general liability, automobile liability, and Professional Services Contract under $50K -8- 12/2025 Form 4928-29814103 v2 employer's liability policies. Such policy or policies shall include wording that the excess liability policy follows the terms and conditions of the underlying policies. G. AGENCY'S RIGHTS OF ENFORCEMENT. In the event any policy of insurance required under this agreement does not comply with these specifications or is canceled and not replaced, CITY has the right but not the duty to obtain the insurance it deems necessary, and any premium paid by CITY will be promptly reimbursed by CONSULTANT or CITY will withhold amounts sufficient to pay premium from CONSULTANT'S payments. In the alternative, CITY may cancel this agreement. H. ACCEPTABLE INSURERS. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholder's Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best' Key Rating Guide, unless otherwise approved by the City Clerk/Risk Manager. WAIVER OF SUBROGATION. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against CITY, its elected or appointed officers, agents, officials, employees, representatives and volunteers or shall specifically allow CONSULTANT or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONSULTANT hereby waives its own right of recovery against CITY and shall require similar written express waivers and insurance clauses from each of its subconsultants. ENFORCEMENT OF CONTRACT PROVISIONS (NON ESTOPPEL). CONSULTANT acknowledges and agrees that any actual or alleged failure on part of the CITY to inform CONSULTANT of non-compliance with any requirement imposes no additional obligations on the CITY nor does it waive any rights hereunder. K. REQUIREMENTS NOT LIMITING. Requirements of specific coverage features or limits contained in this section are not intended as limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any parry or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the CONSULTANT maintains higher limits than the minimums shown above, the CITY requires and shall be entitled to coverage for the higher limits maintained by the CONSULTANT. Any available insurance proceeds in excess of the Professional Services Contract under $50K -9- 12/2025 Form 4928-29814103 Q specified minimum limits of insurance and coverage shall be available to the Agency. L. NOTICE OF CANCELLATION. CONSULTANT agrees to oblige its insurance agent or broker and insurers to provide the CITY with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. If any of the CONSULTANT'S insurers are unwilling to provide such notice, then CONSULTANT shall have the responsibility of notifying the CITY immediately in the event of CONSULTANT'S failure to renew any of the required insurance coverages, or insurer's cancellation or nonrenewal. M. ADDITIONAL INSURED STATUS. General Liability, Automobile Liability, and umbrella/excess liability insurance policies shall provide or be endorsed to provide that CITY and its officers, officials, employees, agents, representatives, and volunteers shall be additional insureds under such policies. N. PROHIBITION OF UNDISCLOSED COVERAGE LIMITATIONS. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to CITY and approved of in writing. 0. SEPARATION OF INSUREDS. A severability of interests provision must apply for all additional insureds ensuring that CONSULTANT'S insurance shall apply separately to each insured again whom claim is made or suit is brough, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. P. PASS THOUGH CLAUSE. CONSULTANT agrees to ensure that its subconsultants, subcontractors, and any other party who is brough onto or involved in the project/service by CONSULTANT (hereinafter collectively "subcontractor'), provide the same minimum insurance coverage and endorsements required of CONSULTANT. CONSULTANT agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. However, in the event CONSULTANT'S subcontractor cannot comply with this requirement, which proof must be submitted to the CITY, CONSULTANT shall be required to ensure that its subcontractor provide and maintain insurance coverage and endorsements sufficient to the specific risk of exposure involved with subcontractor's scope of work and services, with limits less than required of the CONSULTANT, but in all other terms consistent with the CONSULTANT's requirements under this agreement. This provision does not relieve the CONSULTANT' of its contractual obligations under the agreement and/or limit its liability to the amount of insurance coverage provided by its subcontractors. This provision is intended to solely provide CONSULTANT with the ability to Professional Services Contract under $50K _10- 122025 Form 4928-29814103 Q utilize a subcontractor who may be otherwise qualified to perform the work or services but may not carry the same insurance limits as required of the CONSULTANT under this agreement given the limited scope of work or services provided by the subcontractor. CONSULANT agrees that upon request, all agreements with subcontractors, and others engaged in this project, will be submitted to CITY for review. Q. AGENCY'S RIGHT TO REVISE SPECIFICATIONS. The CITY reserves the right to at any time during the term of the contract to change the amounts and types of insurance required by giving the CONSULTANT ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the CONSULTANT, the CITY and CONSULTANT may renegotiate the CONSULTANT'S compensation. R. SELF-INSURED RETENTIONS. Any self-insured retentions must be declared to and approved by CITY. CITY reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible, or require proof of ability to pay losses and related investigations, claim administrative, and defense expenses within the retention through confirmation from the underwriter. S. TIMELY NOTICE OF CLAIMS. CONSULTANT shall give CITY prompt and timely notice of claims made or suits instituted that arise out of or result from CONSULTANT'S performance under this agreement, and that involve or may involve coverage under any of the required liability policies. T. ADDITIONAL INSURANCE. CONSULTANT shall also procure and maintain, at this own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 22. NON-DISCRIMINATION. CONSULTANT shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, or sexual orientation in the performance of this AGREEMENT and shall comply with the provisions of the California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88-352, and all amendments thereto; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. 23. UNAUTHORIZED ALIENS. CONSULTANT hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act (8 USCA 1101, et seq.), as amended; and, in connection therewith, shall not employ unauthorized aliens as defined therein. Should CONSULTANT so employ such unauthorized aliens for the performance of work and/or services covered by this AGREEMENT, and should the Federal Government impose sanctions against the CITY for such use of unauthorized Professional Services Contract under $50K -11- 12/2025 Form 4928-2981 A 103 Q aliens, CONSULTANT hereby agrees to, and shall, reimburse CITY for the cost of all such sanctions imposed, together with any and all costs, including attorney's fees, incurred by the CITY in connection therewith. 24. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. 26. WAIVER. Waiver by any party hereto of any term, condition, or covenant of this AGREEMENT shall not constitute the waiver of any other term, condition or covenant hereof. 26. ATTORNEY'S FEES. If litigation is reasonably required to enforce or interpret the provisions of this AGREEMENT, the prevailing party in such litigation shall be entitled to an award of reasonable attorney's fees, in addition to any other relief to which it may be entitled. 27. BINDING EFFECT. This AGREEMENT shall be binding upon the heirs, executors, administrators, successors and assigns of the parties hereto. 28. PROVISIONS, CUMULATIVE. The provisions of this AGREEMENT are cumulative and in addition to and not in limitation of any rights or remedies available to CITY. 29. NO PRESUMPTION RE: DRAFTER. The parties acknowledge and agree that the terms and provisions of this AGREEMENT have been negotiated and discussed between the parties and their attorneys, and this AGREEMENT reflects their mutual AGREEMENT regarding the same. Because of the nature of such negotiations and discussions it would be inappropriate to deem any party to be the drafter of this AGREEMENT; and, therefore, no presumption for or against validity or as to any interpretation hereof, based upon the identity of the drafter, shall be applicable in interpreting or enforcing this AGREEMENT. 30. ASSISTANCE OF COUNSEL. Each parry to this AGREEMENT warrants to each other party as follows: A. That each party either had the assistance of counsel or had counsel available to it, in the negotiation for, and execution of, this AGREEMENT, and all related documents; and, B. That each party has lawfully authorized the execution of this AGREEMENT. 31. MODIFICATION. This AGREEMENT shall not be modified except by written agreement of the parties. 32. GOVERNING LAW. This AGREEMENT shall be interpreted and construed according to the laws of the State of California. 33. NOTICE. Whenever it shall be necessary for either party to serve notice on the other regarding this AGREEMENT, such notice may be furnished in writing by either party Professional Services Contract under $50K -12- 12/2025 Form 4928-29814103 Q to the other and shall be served by personal service as required in judicial proceedings or by certified mail, postage prepaid, return receipt requested, addressed to the parties as follows: CITY: Ben Kim City Manager City of Rosemead 8838 East Valley Boulevard Rosemead CA 91770 Email: bkim@rosemeadca.gov CONSULTANT: Rhonda Garcia Principal Consultant/CFO HR Dynamics & Performance Management, Inc. 461 Green Orchard Place Riverside CA 92506 Email: Rhonda@HRDPM.com Notice will be deemed effective on the date personally delivered or transmitted by facsimile. If the notice is mailed, notice will be deemed given three days after deposit of the same in the custody of the United States Postal Service, postage prepaid, for first class delivery, or upon delivery if using a major courier service with tracking capabilities. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 34. FORCE MAJEURE. Neither party shall be responsible for delays or failures in performance resulting from acts beyond the control of the offending party. Such acts shall include, but not be limited to, acts of God, fire, flood, earthquake, or other natural disaster, nuclear accident, explosion, war, terrorist attack, embargo, strike, lockout, riot, freight embargo, public regulated utility, or government statutes or regulations superimposed after the fact. Notwithstanding the foregoing, this provision shall only have effect if written notice of the force majeure event is given by the party claiming such excuse for delay within ten days of the commencement of such event. 35. ELECTRONIC TRANSMISSION OF AGREEMENT AND SIGNATURE. The Parties agree that this AGREEMENT may be signed and transmitted by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. 36. RECORD AUDIT. In accordance with Government Code section 8546.7, records of both the CITY and the CONSULTANT shall be subject to examination and audit by the CITY for a period of three (3) years after final payment. Professional Services Contract under $50K -13- 12/2025 Form 4928-29814103 Q IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed on its effective date by their respective officers duly authorized on their behalf. CITY OF ROSEMEAD Ben Kim �0202512.1116103453m BY: Ben Kim, City Manager Date CONSULTANT ATTEST: G� 12/11/2025 Ericka Hernandez, City Clerk Date APPROVED AS TO FORM: Rachel Richman City Attorney 12/11/2025 Date Professional Services Contract under 550K -14- 1212026 f4_122025 Forth 4928-29814103 Q Name: Rhonda D. Garcia Date Title: Principal Consultant/CFO BY:- >L1 ZS Name: Henry T. Garcia Date Title: Principal Consultant/COO Exhibit A Scope of Work Professional Services Contract under $50K -15- 12/2025 Form 4928-29814103 Q Ittda�'ti bnt.iII Iow] AIIIt-fit'I PROPOSAL FOR EXECUTIVE SEARCH CONSULTING SERVICES CITY MANAGER, CITY OF ROSEMEAD November 13, 2025 Submitted by: HR DYNAMICS & PERFORMANCE MANAGEMENT, INC. Henry T. Garcia, Principal Consultant/CEO Dynamics & Performance MANAGEMENT,INC. Table of Contents Section A: Company Overview.............................................................. 3 Section B: Proposed Recruitment Plan .................................................. 9 Section C: Cost Proposal...................................................................... 15 Section D: References............................................................................. 16 Section E: Certifications.......................................................................... 18 Addendum: Addendum #1: Sample Recruitment Brochures Addendum #2: HRDPM Brochure +� HR DYNAMICS & PERFORMANCE MANAGEMENT, INC. PROPOSAL FOR EXECUTIVE SEARCH CONSULTING SERVICES FOR CITY MANAGER __W __ DYNAMIC 58 PERFORMANCE MANAGEMENT, INC. SECTION A - COMPANY OVERVIEW 1. Background HR Dynamics has been in business since 2002, and has provided various Human Resources, organizational development services, and executive recruitment services to numerous public, private and non-profit clients. As a small firm, the consultants are able to provide focused and high-quality services with competitive pricing. HR Dynamics & Performance Management consultants are seasoned and accomplished public sector professionals with over 60 years combined experience in Human Resources and Municipal Management. The consultants have performed Executive Search services for numerous municipalities and water districts. In addition, the consultants have collectively conducted hundreds of selection processes in their professional public sector careers while serving as City Manager, and Human Resources Director for various municipalities. The firm consists of two (2) Principal Consultants both of whom would fully participate in the Executive Search for department heads, for the City of Rosemead. The consultants are regularly engaged with department heads, City Managers, and potential candidates throughout the State of California and beyond, through their on-going relationships with current and past clients; their attendance and networking at conferences; and via a strong social media presence. As an ethical practice, the consultants accept a limited number of projects or assignments at any given time for work that they can fully commit to, ensuring that each client receives the highest level of service and quality results. Work is not delegated, and the consultants perform all activities personally. The consultants remain accessible on a 24-hours/7-days a week basis, and are highly responsive to both the client and to all candidates. HR Dynamics & Performance Management has established a stellar reputation, and is available and prepared to accept and commit to this assignment. Please refer to the website at HRDPM.Com for a detailed menu of services and client list. 2. Successful Executive Search Placements The following list represents examples Executive Search services performed by HR Dynamics & Performance Management: • City of Alhambra — Development Services Director • City of Banning — Police Chief • City of Beaumont — City Manager (In Progress) • City of Beaumont — Economic Development Director • City of Beaumont — Economic Development Manager • City of Calimesa — City Manager • City of Cudahy — City Manager (2020) • City of Cudahy — City Manager (2025) • City of Eastvale — Assistant City Manager • City of Eastvale — City Manager (Contract Negotiations Only) • City of Eastvale — Community Development Director • City of Eastvale — Community Safety Director • City of Lynwood — Human Resources & Risk Management Director • City of Rialto — City Manager • City of Rio Vista — Fire Chief • City of Wildomar— Administrative Services Director • City of Wildomar — Human Resources & Risk Manager • City of Yucaipa — City Manager • San Bernardino/Municipal Water Department - Water Reclamation Maintenance Planner • San Bernardino/Municipal Water Department - Water Reclamation Operations Manager/ Operations Superintendent • San Bernardino/Municipal Water Department - Water Reclamation Plant Supervisor • San Bernardino/Municipal Water Department - Water Reclamation Process Control Supervisor • San Bernardino/Municipal Water Department - Water Reclamation Lead Operator • San Bernardino/Municipal Water Department - Water Reclamation Senior Operator • San Bernardino/Municipal Water Department - Water Reclamation SCADA Analyst • San Gorgonio Pass Water Agency — Clerk of the Board/Executive Assistant • San Gorgonio Pass Water Agency — Chief Financial Officer (In Progress) *The consultants have additionally facilitated hundreds of selection processes during their public sector careers. 3. Unique Factors Some of the unique factors that set us apart from our competitors are listed below. We offer a number advantages over large firms: As a small firm, we take on a limited number of projects at a time, in which to focus on the needs of the client and complete assignments/projects on schedule. We are collaborative, flexible, and accommodating, and will always put the relationship with the client first. We understand and embrace current recruiting trends as pan' of our efforts, particularly those shaped by the Pandemic, and the ever increasing evolution to virtual and social recruiting and related technologies; the increasing focus on Diversity, Equity and Inclusion in the hiring process; the need for adaptability and versatility in assessing transferrable skills; the importance of employer branding; the need for increased transparency in the recruitment process and more feedback (candidate relationship management), and the need to focus on "selling the role" to potential candidates. • We are highly responsive and accessible to clients, employees, and candidates including evenings and weekends; and provide a level of personal interaction that is meaningful and memorable. • We do not use "canned" work products. We embrace every assignment as being unique and customize the approach to meet the client's needs. • We do the work ourselves. We will conduct all aspects of the work personally including interviews, contacts with the candidates, outreach/marketing, data collection, analysis, summaries, reference checking, report writing, presentations, and recommendations. • We have a combined unique background that includes extensive managerial experience in the public sector. We understand your work, and are therefore able to effectively evaluate the skills and qualifications of candidates and provide good job matches. • We are well connected and have extensive relationships from which to draw upon in performing executive searches. • We meet project schedules and established deadlines, within budget. • We make a strong personal commitment to the organization to provide a thorough process that will achieve the intended outcomes. • We utilize our own practical experiences and knowledge of the industry in making realistic and viable recommendations to solving staffing and operational issues. • We have a high degree of repeat clients, due to client satisfaction with services and results. 4. Staffing Plan HR Dynamics & Performance Management will utilize its two (2) Principal Consultants to perform the tasks associated with conducting the executive search for the City of Rosemead. Rhonda Garcia, Principal Consultant assumes an administrative role related to the preparation of the brochure, development and placement of advertisements, outreach and marketing via social media, maintaining the database of applicants, screening candidates, developing candidate profiles and comparative analyses, and engaging in communications with candidates via phone and email. Rhonda coordinates interview dates, times and locations, prepares questions, and handles engagement with the client at each step of the process. Rhonda also conducts an intemet search to source candidates including directories, periodicals, list -serves associated with professional associations, etc. Henry Garcia, Principal Consultant initially assumes the lead in outreach making contacts through his broad network. Through this outreach, he will "sell" the position/opportunity and all it has to offer to potential candidates, knowing that the best candidates are the ones who are not necessarily currently looking for a change. Henry's role moves to that of assessment in conducting the personal screening interviews with leading candidates. He presents the findings and his recommendations on the top candidates, based on the established profile and characteristics that the City is seeking. Henry also conducts the reference checks in vetting the candidates further. His extensive background as a City Manager naturally lends itself to innately identifying talent and skill. Both consultants will work hand in hand, fully engaged in the Executive Search, in order to bring top qualified candidates to the City of Rosemead. HR Dynamics & Performance Management affirms its ability to respond on -demand as needed by the City in the conduct of executive recruitments. The firm has a solid track record of achieving 100% of all Proiect deadlines for all clients, and an exceptional ability to organize and manage multiple projects. S. Southem California Local and Minority Owned Business With numerous large consulting firms over-whelmed with executive recruitments, the opportunity exists for the City of Rosemead to consider selecting a small local (Inland Empire) "boutique" business to serve their executive recruitment needs. It is noted that HR Dynamics & Performance Management has had a strong Southern California local presence in the executive recruitment arena with recent clients including the City of Rialto, City of Eastvale, City of Calimesa, City of Beaumont, City of San M Bernardino, City of Wildomar, City of Yucaipa, San Gorgonio Pass Water Agency, Beaumont -Cherry Valley Water District and others. HR Dynamics & Performance Management, Inc. consultants include female and minority owned. S. Consultant Qualifications Consultant Blographv Rhonda D. Strout -Garcia, M.S.H.R. (951) 905-0025 Rhonda@)irdpm.com Rhonda's experience includes over 35 years of professional human resources management experience in the public sector having ultimately served for nine years as Human Director for a large and complex municipality with 2500 employees and 16 bargaining units, serving a population of over 300,000. Additionally, Rhonda has over 20 years of experience as a Human Resources Consultant and successful business owner serving public, private and non-profit entities. Rhonda received her Master's Degree in Human Resources Management from Chapman University, and a Bachelor's Degree from Southern Illinois University in Workforce Education and Development. She has also served as an adjunct professor at California State University San Bernardino (CSUSB) and at the University of California — Riverside (UCR) Extension - teaching courses in Human Resources Management, and has been active in various professional associations. In her professional career and as a consultanttexecutive recruiter, Rhonda has had direct and extensive experience in conducting executive, professional and technical recruiting with hundreds of successful placements. Rhonda has specific areas of expertise in the area of classification and compensation including various aspects involving evaluating and developing organizational structures, career ladders, salary plans, and job descriptions; conducting job evaluations and systems analysis for efficiency and effectiveness; developing recognition, incentive, and reward programs; evaluating salary, benefits, and total compensation; establishing labor market comparison agencies based on sound criteria; and making recommendations consistent with best practices and current trends. Rhonda also uses her broad background to help organizations achieve optimum organizational effectiveness and has conducted organizational climate and staffing studies; performed executive, supervisory and employee coaching and mentoring; team building and conflict resolution; strategic planning; and developed policies, procedures, and employee personnel rules and handbooks. An additional area of expertise is in conducting Human Resources assessments for both regulatory compliance and best practices. Rhonda is adept at assessing organizational issues and developing successful interventions and strategies, and in identifying staff development needs to enhance team cooperation, communication, and optimal performance. Exceptionally organized and resourceful, Rhonda brings highly effective customized approaches to each client and project. She is effective at recommending viable solutions and in developing an action -oriented approach to achieving the organization's objectives. Consultant Blography Henry T. Garcia, M.A. (951) 999-1617 Henty@firdpm.com Henry's experience includes over 30 years of professional public administration, where he served as City Manager for the cities for the cities of Azusa, Colton, Rialto, and Moreno Valley, and worked in other managerial capacities for the cities of Fontana, Riverside, and San Jacinto. Henry has also served as Interim City Manager for the cities of Cudahy and Eastvale. In addition to his professional career, Henry has over 20 years of experience as a Management Consultant and successful business owner serving public, private and non-profit entities. Henry T. Garcia received his Master's degree from the University of California, Los Angeles, in Political Science and his Bachelor's degree from the University of California, Riverside in Political Science. He is a graduate of Berkeley's Executive Institute of Public Policy, Harvard's Leadership and Strategic Planning Program, and University of Virginia's Public Policy Program. Henry is also a distinguished author of two major publications with the League of California Cities. Mr. Garcia has served as a professor of public policy at California State University teaching a variety of undergraduate and graduate level courses. With Henry's broad background, he serves as a management consultant to cities and organizations in areas of Executive Recruiting; Strategic Planning and Goal Setting; City Manager and City Council Evaluation Process; Executive Coaching; Leadership Development Training; Team Building and Conflict Resolution; Economic Development; and Management Problem Solving. Using his exceptional interpersonal relationship skills and abilities, Henry has been highly successful in mentoring those in leadership positions including elected officials and staff, as well as working with teams to maximize performance and improve effective communication. Henry's skills are exceptional in establishing and maintaining an extensive network of relationships, which he draws upon in executive search processes and in developing successful organizations. 0 SECTION B — PROPOSED RECRUITMENT PLAN AND TIME SCHEDULE 1. Information Gatherina and Analysis(Defining the Position Profile Consultants will meet with the Mayor and City Council, either individually or collectively to develop the candidate profile. The process will include obtaining views of the position and expectations regarding desirable training, experience and personal characteristics and attributes of top candidates, as well as goals, expectations and challenges that the position will face. Consultants will also gather/review relevant updated information about the organization and the position. After summarizing the findings, the consultants will develop and submit a draft recruitment brochure with the desired qualifications and characteristics for approval. The recruitment brochure will include information about the organization, community, challenges, goals, statistical data, the position duties, and the selection criteria established by the Mayor and City Council. 2. Candidate Targeted Recruitment/Outreach (Sourcing Qualified Candidates) Once the Mayor and City Council has approved the recruitment brochure, the consultants will proactively seek out highly qualified individuals with superior qualifications and invite and encourage their interest. The consultants will prepare broad -reaching advertisements and place these announcements in recommended sources including published and on-line job boards and professional journals. Further, social media will be utilized to garner interest and to provide wide -spread coverage of the employment opportunity. Candidates may apply via the consultant's website and job portal at HRDPM.COM. The consultants will not discriminate against any applicant for employment on the basis of race, religion, creed, age, color, marital status, sex, sexual preference, gender and gender identification, disabilities, medical condition, veteran status, national origin or any other protected category. 3. Initial Screening (Evaluating Prospective Candidates The consultants will review, acknowledge, and evaluate all resumes received. Initial screening will be based upon qualifications criteria contained in the recruitment brochure, information contained in the resumes submitted, and consultants' knowledge of the people and organizations in which they work. Candidates who do not meet minimum qualifications will be disqualified. Upon completion of the initial screening, the consultants will assemble and submit a report of candidates in a matrix format to include education, experience, technical knowledge, accomplishments, management style, personal traits, and any other criteria included in the position profile. This report will include a summary of the applications/resumes, supplemental information, and the original applications/ resumes of those candidates it believes to be best qualified for the position. The purpose of the interim report is to allow the Mayor and City Council an opportunity to review the candidates prior to the conclusion of the search, and it allows the consultants to receive feedback on the caliber of the candidates recruited. In this way, the hiring authority will have the opportunity to either agree with the recommended top candidates, or consider other individuals who applied for the position. The consultants will facilitate the discussion with the Mayor and City Council regarding all candidates, and will be able to answer questions and provide clarification as needed. The consultants will meet with the Mayor and City Council at times and locations designated by the City in order to provide progress reports and in order to review and recommend a list of semi-finalists. Electronic copies of all resumes/applications received during the search shall be provided to the Mayor and City Council. 4. Candidate Assessment/Screening Selection of Finalists The consultants will next interview those candidates whose qualifications most closely match the criteria established by the hiring authority and stakeholders, based upon the discussion and feedback received from the Mayor and City Council following the presentation of the preliminary report. Candidate screening interviews will be conducted with semi-finalists in person, where feasible, or by use of computer technology (e.g., Zoom) with the most promising candidates to gain a deeper understanding of their backgrounds. The consultants will examine their qualifications and achievements in view of the selection criteria, and will narrow the candidate pool to a group of the top candidates. Consultants shall also conduct detailed and extensive reference checks of job performance, management styles, personal traits and any other additional factors as they relate to this position. In conducting these references, it is our practice to speak directly with individuals who are, or have been, in a position to evaluate the candidate's performance on the job. Note: Criminal background checks, per employment laws, requires that such evaluations take place post" job offer. The consultants shall therefore conduct the criminal background check for the finalist candidate. 5. Mayor and City Council Interview Panel with Top Candidates Consultants shall facilitate confidential interviews conducted by the Mayor and City Council with the top candidates. Interview questions shall be prepared with Mayor and City Council input. Consultants shall brief and prepare candidates for the interview process. Lastly, consultants shall debrief with the City Council in order to 10 achieve consensus on the finalist candidate. 6. Selection of Finalist Consultant shall assist with the preparation of an offer letter, and at that time, conduct reference checking. Once the offer letter has been signed by the finalist, the consultant shall initiate an in-depth background screening of the finalist including credit checks, criminal and civil histories, college degrees and other related professional certifications, and a social media check. Consultants shall assist with negotiation of an employment agreement between the City and selected candidate once the top candidate has been identified to include compensation and benefits. T. Additional Consultant Assistance Services that are routinely provided include: • Providing a high -degree of personal interaction and communication with candidates at each step of the process, including preparing candidates for the interview panel process. • Acting as a liaison between the client and finalist in discussing offers and counter offers; advising on starting salary, benefits, relocation and employment packages. • Notifying unsuccessful candidates at the various stages of the process, as candidates are eliminated from consideration. • Debriefing with candidates who request feedback on the process, and where they can improve in the future. 8. Methods of Recruiting Our approach to executive recruiting includes the following strategies: Targeted Outreach • Broad Advertising (e.g., GovernmentJobs.com, Western Cities Magazine Online Jobs, Public CEO, California City News) • Job Specific Advertising (Professional Associations/Memberships) Online Job Boards and List serves • Social Media (e.g., Linkedln) • HR Dynamics & Performance Management Website (HRDPM.COM) 11 City of Rosemead Website 9. Policy/Guarantee HR Dynamics & Performance Management Website guarantees successful placement of the selected candidate for one (1) year. In the event that the candidate for any reason does not complete the twelve (12) months of service, HR Dynamics & Performance Management consultants will work with the hiring authority to determine feasibility of any additional candidates from the initial recruitment and/or re -announcement of the position including all prior steps. The consultants will perform all services without an additional fee for services performed; however, the City will reimburse for the costs associated with re - advertising of the position. 10. Time Schedule' HR Dynamics & Performance Management consultants shall complete all steps, tasks and phases of the executive search process in order to meet the June 30, 2026 retirement date of the incumbent. OSE EAD CITY MANAGER EXECUTIVE SEARCH STEPS/ TIMELINE Time -line Activity TBD . Professional Services Agreement/Purchase Order with Executive Search firm. Council Meeting . Meet with City Council. January 13, 2026 . Review steps and timeline. January 19 — 23, . Conduct individual interviews with the Mayor and City 2026 Council to develop the ideal candidate profile. • Create draft recruitment brochure and advertisements. • Develop marketing/outreach plan. Council Meeting . Meet with City Council. January 27, 2026 . Present results of interviews, draft brochure, advertisement and timeline. 12 Time-line Activi January 28 — . Refine brochure; make edits to brochure as necessary. February 1, 2026 . Post on HRDPM.com website. Place advertisements, and perform outreach via mass mailing lists. • Market the opportunity using social media. • Print brochures. February 1 — March . Active recruitment period (5 weeks in which candidates 6, 2026 submit resumes. • Conduct targeted recruitment and outreach — direct contacts and phone calls with potential candidates. • Conduct internet research, identify and contact potential candidates (e.g., Linkedln). March 6 — March 9, . Preliminary screening of candidates (for minimum 2026 qualifications) as resumes are received. • Preparation of preliminary report with summary of candidates. Council Meeting • Present preliminary report to Mayor and City Council March 10, 2026 (Summary of Candidates in matrix format, and categorized by most highly qualified, qualified, and not qualified). • Receive approval to proceed with candidate screening interviews of the most highly qualified. March 11 — March . Consultant conducts screening interviews with leading 20, 2026 candidates to identify the semi-finalists. Asks: what will come out in the background that I need to know about? • Consultant conducts internet search on semi-finalists. Council Meeting . Meet with Mayor and City Council to review results of March 24, 2026 screening interviews and internet search; recommends finalists. • Receive approval to proceed with scheduling of panel interviews with finalists. • Inform candidates of status. March 25 — 31, 2026 . Schedule finalists for the interview panel(s). • Prepare draft interview questions for City Council. • Coordinate preparation of interview binders, supplies and logistics with City staff. 13 Time -line Activity Council Panel a Mayor and City Council conduct interviews with finalists. Interview . Consultant facilitates interview process including post - April 2 — 8, 2026 interview debriefing and arrival at consensus. (Select Date) . Consultant discusses salary and benefit parameters for negotiations with finalist. April 9 —13, 2026 . Consultant conducts reference checking on finalist. • Consultant coordinates with City Attorney relative to the preparation of offer letter and terms of employment. Council Meeting • Consultant reports out on the results of reference April 14, 2026 checking via Zoom call. Discuss initial terms of contract/employment agreement. April 15 —17, 2026 . Offer letter issued by City Attorney. - Candidate signs initial offer letter subject to the agreement of the terms of employment and passing of a background check. April 20 — 24, 2026 • Negotiation of terms of contract. • Consultant initiates background check using an outside service (USA Fact) including educational degrees, employment history, credit check, criminal and civil cases nation-wide. Council Meeting . City Council discussion and finalization of terms of April 28, 2026 employment. a Finalist candidate on standby via phone during closed session. Council Meeting . Approval of contract/employment agreement. May 12, 2026 May 13, 2026 . Candidate provides notice to existing employer allowing for up to 45 days prior to start date. TBD . Establishment of start date no later than June 29, 2026. *Note: the timeline above is proposed, and subject to adjustment, as determined by discussions with the Mayor and City Council. 14 11.Sam le Brochure Please refer to enclosed sample brochure. 12.Success Rate HR Dynamics & Performance Management has successfully filled, without exception, every recruitment assignment received and undertaken. While some candidate pools have been smaller than others, we operate on the approach that ultimately, we just need "one" — the right one to fill the organizational need. We therefore work towards achieving quality, as opposed to quantity in the candidate pool. In our vast experience, we have not encountered a candidate pool that has not been highly qualified and diverse in both gender and ethnicity. SECTION C — COST PROPOSAL 1. Fees for Services HR Dynamics & Performance Management proposes a total flat fee of $22,500 for services described herein. Consultants' budget does not include advertising/printing fees, background check fees, or reimbursement for candidates who travel to be interviewed by the organization. The consultants shall submit an invoice for services upon the completion of the finalist selection interview which shall include reimbursement for fees associated with background checks, not to exceed $200, and consultant travel/lodging fees not to exceed $500. Advertising fees shall be billed directly by the vendors to the City of Rosemead, whenever feasible. When direct payment is required at the time of order, the consultant shall incur the expense, and submit receipts for reimbursement. Advertising fees are typically in the range of $2,000 per recruitment. All proposed advertising sources and fees will be submitted for approval prior to placement. Should the organization desire hard -copy brochures, printing fees shall also be submitted for reimbursement, typically $300 for approximately 25-30 brochures. Summary: Consultant's Fee $22,500 Expenses: Background Check $200 Travel/Lodging (Not to Exceed) $500 Advertising $2,000 Printing of Brochures $300 Total Consultant's Fee and Expenses $25,500 15 2. Cancellation of Services The organization may discontinue this assignment at any time by written notification. In the unlikely event that this occurs, the organization will be billed for fees based upon the time elapsed from the commencement of the assignment to the date of cancellation. If a cancellation occurs within the first 30 days of the assignment, following either verbal or written authorization to proceed, one-third of the professional fee will be due. If a cancellation occurs thereafter, the fee beyond the first one-third will be prorated based upon the number of calendar days which have elapsed. If a cancellation occurs after 90 days, all professional fees will be due in full. If the organization delays the selection process beyond 100 days, all professional fees will be due in full. SECTION D — REFERENCES 1. City of Beaumont Elizabeth Gibbs, City Manager egibbs(a)beaumontca.gov (951)769-8520 Placements: HR Dynamics & Performance Management successfully conducted the recruitments for Economic Development Director, and Economic Development Manager, both deemed highly competitive and difficult to recruit. Unique strategies were utilized, and excellent candidates were sourced and placed. Additionally, the recruitment for City Manager is currently in progress. 2. City of Rialto Ed Scott, Mayor Pro Tem (909) 746-7643 Placements: HR Dynamics & Performance Management successfully conducted the recruitment for City Manager. 3. City of Eastvale Clint Lorimore, Councilmember clorimore(a)eastvaleca.00v (951) 316-1295 Placements: HR Dynamics & Performance Management successfully conducted recruitments for Assistant City Manager, Community Development Director, and Community Safety Director. 4. City of Yucaipa Mayor Jon Thorpe Ithorp(a)yucaipa.gov (909) 838-9792 Placements: HR Dynamics & Performance Management successfully conducted the recruitment for City Manager. 5. City of Cudahy Elizabeth Alcantar, Mayor ealcantar(a.cityofcudahyca.gov (323) 771-2072 Placements: HR Dynamics & Performance Management successfully conducted the recruitment for City Manager. 6. San Bernardino Municipal Water Department (City of San Bernardino) Robin Ohama, Deputy General Manager Ohama_ro@sbcity.rog (909)384-7210 Placements: HR Dynamics & Performance Management has successfully conducted numerous "difficult to fill" recruitments for the City of San Bernardino's Water Department including Water Reclamation Maintenance Planner, Water Reclamation Operations Manager/Superintendent, Water Reclamation Plant Supervisor, Water Reclamation Process Control Supervisor, Water Reclamation Process Control Supervisor, Water Reclamation Lead Operator, Water Reclamation Senior Operator, Water Reclamation SCADA Analyst. 17 SECTION E — CERTIFICATIONS 1. Agreement Execution Insurance and Licensing Requirements HR Dynamics & Performance Management, Inc. shall review the City's standard Professional Services Agreement and notify the City of any exceptions. HR Dynamics & Performance Management, Inc. certifies that the firm has General and Auto Liability, and Professional Liability insurances which generally meet standard governmental agency requirements. HR Dynamics & Performance Management, Inc. shall obtain a business license with the City of Rosemead, as required, upon award of the contract. 2. No Conflict of Interest HR Dynamics & Performance Management, Inc. certifies that it has no potential conflict of interest in performing the Executive Search services for the City of Rosemead. 3. Equal Oortuni HR Dynamics & Performance Management, Inc. certifies that the firm and its consultants shall comply with all equal opportunity laws and City policies. 4. Independent Contractor HR Dynamics & Performance Management, Inc. certifies that the firm and its consultants shall at all times serve as independent contractors in the course of completing the Executive Search assignment. Ht Dynamics & Performance MANAGEMENTANC. 18 5. Signature HR DYNAMICS & PERFORMANCE MANAGEMENT, INC. intends to adhere to all of the provisions described in this proposal. This proposal is valid for at least ninety (90) days. Respectfully Submitted, By: HR DYNAMICS & PERFORMANCE MANGEMENT, INC. State of California rr ew y T. Qa*-cW (Electronic Signature) Henry T. Garcia/Principal Consultant Chief Executive Officer November 131, 2025 DYNAMICS& PERFORMANCE MANAGEMENT, INC. ip THE HARTFORD BUSINESS SERVICE CENTER THE'"` 3600 WISEMAN BLVD HARTFORD SAN ANTONIO TX 78251 City of Rosemead, its officers, agents officials, employees, representatives and volunteers 8838 VALLEY BLVD ROSEMEAD CA 91770 Account Information: Policy Holder Details : HR DYNAMICS & PERFORMANCE MANAGEMENT December 11, 2025 ED Contact Us Need Help? Chat online or call us at (866) 467-8730. We're here Monday - Friday. Enclosed please find a Certificate Of Insurance for the above referenced Policyholder. Please contact us if you have any questions or concerns. Sincerely, Your Hartford Service Team WLTR005 .Saco of CERTIFICATE OF LIABILITY INSURANCE DATE (MMMDIYYYY) 12/11/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATIONIS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the Certificate holder in lieu of such endorsement(s). PRODUCER CONTACT BROWN &BROWN INS SERVICES INCIPHS 41716730 PHONE (866) 467-8730 (AfC Nq INC.�); (AICNo): The Hartford Business Service Center COMMERCIAL GENERAL LIABILITY E-MAIL 3600 Wiseman Blvd San Antonio, TX 78251 ADDRESS' INSURER(S) AFFORDING COVERAGE NAIp INSURED INSURER A: Hartford Undelwrilers Insurance Company 30104 HR DYNAMICS & PERFORMANCE MANAGEMENT INSURER a: 461 GREEN ORCHARD PL - INSURERC: RIVERSIDE CA 92506-7590 INSURER D INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $2,000,000 CLAIMS -MADE OCCUR DAMAGE TO RENTED $1,000,000 PREMISES (Ed Mande) X General Liability MED EXP (My ane Parson) $10,000 A X X 41 SBA BH2XER 01/09/2025 01/09/2026 PERSONAL S ADV INJURY $2,000,000 GENT AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $4,000,000 X POLICY ❑PRO, ❑LOC JEC PRODUCTS-COMP/OPAGG $4,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $2,000,000 Ziuwsaftatl- MyAUTO BODILY INJURY (Per person) A ALLAUTOWNED SCHEDULED OS AUTOS 41 SBA BH2XER 01/09/2025 01/09/2026 BODILY INJURY (Per ac end) HIRED NON -OWNED X AUTOS X AUTOS PROPERTY DAMAGE (Per accident) UMBRELLA UAS OCCUR EACH OCCURRENCE EXCESS UAB CLAIMS - MADE AGGREGATE E RETENTION $ WORKERS COMPENSATIONR PE OTH- AND EMPLOYERS' LINBILRY TA ANY YM PROPRIETOILPARTNERIE%ECUnVE OFFICERIMEMBER EXCLUDED? W A E.L. EACH ACCIDENT E.L. DISEASE -EA EMPLOYEE (Mandatory In NH) If yes, descn" under E.L. DISEASE - POLICY UMIT DESCRIPTION OF OPERATIONShelow DESCRIPTION OF OPERATIONS/LOCATXWS/VEHICLES (ACORD 181, AddlapnM Re eaAe Schedule, nury W stUcIn d H ...,ace la neulrad) Those usual to the Insured's Operations. Certificate holder is an additional insured per the Business Liability Coverage Fonn SL3032 attached to this policy. Waiver of Subrogation applies in favor of the Certificate Holder per the Business Liability Coverage Form SI -0000, attached to this policy. CERTIFICATE HOLDER CANCELLATION City Of Rosemead, its officers, agents SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED officials, employees, representatives BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED and volunteers IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZES D REPRESENTATIVE 8838 VALLEY BLVD ROSEMEAD CA 91770 Of ACORD 25 (2016/03) ©1989-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Rosemead, its officers, agents, officials, employees, representatives and volunteers 8838 Valley Blvd Rosemead, CA 91770 ACORH CERTIFICATE OF LIABILITY INSURANCE 14,�lz DATE (raUDonny" 11/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. N SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement.. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCES NAME: BIBERK P.O. Box 113247 Stamford, CT 06911 PNONE .844-472-0967 N NO 203454-3613 BNAIL customerservice@biBERK.com INSURERS AFFORDING COVERAGE NAICS INSURER A: National Liability & Fire Insurance Company 20052 INWRM HR Dynamics & Performance Management, Inc. ' INSURER B: INSURER C: INSURER D: 461 Green Orchard PI INSURER E: Riverside, CA 92506 INSURER F: TaTT COVERAGES CERTIFICATE NUMBER: REVISION NUMRE2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONU71ONS OF SUCH POLICIES. UNITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. M8R TYPEOFINSURANCE MINI ND art POLICY NUMBEt POLLY EFF POLCT EXP LIMn3 COM OtMALGENEULLIABILRY EACH OCCURRENCE E CLAIMS -MADE r_1 OCCUR TaTT PREMISESES,mexa) S MED EXP (Any one pawn) $ PERSONAL S ADV INJURY f GENL AGGREGATE UMR APPLIES PER : GENERALAGGREGATE $ O. F POLCY E LOC J�ECCT J PRODUCTS -COMPIOP AM 5 S OTHER: AUTOMOBILELLLBILITY COMBINEDSINGLE UNIT S n ANY AUTO BODILY INJURY (Par p n) S GAMED SCHEDULED BODILY INJURY(Per a nt) S AUTOS ONLY AUTOS HIRED NOWDYINED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE S f UMBRELLA UAS OCCUR EACH OCCURRENCE 5 EXCESS LIAR CLAIMS -MADE AGGREGATE S DED I I RETENTION S S WORIERSCOMPEISATION PER OTN- ANDEMROYEISLUIBNERI ylN ANYPROIMEMSEIPARTNDED? CUTNE OFflCERNEMSEREXCLUDEDT � NIA E.L. EACH ACdDENT $ (MnamY In NMI Iyyeers� antler E.L. DISEASE -EA EMPLOYEEI 5 E.L DISEASE- POLICY LIMIT 5 1Me D6GRIPnON OF OPERATIONS Iialnv Professional Liability (Errors & A Omissions): Claims -Made N9PL980026 02/20/2025 02/20/2026 Per Occurrence/ $2,000,000/ Aggregate $2,000,000 DESCRIPTION OFOPEtATiONS /LOCATIONS IVEHICLES(ACORD1M, AddIRMacNetlule,mWWaWdwtlrmomyounrequIM) City of Rosemead, its officers, agents, officials, empit 8838 Valley Blvd Rosemead, CA 91770 SHOULD ANY OF THE ABOVE DESCRBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ®1988-2018 ACORD CORPORATION. All rights reserved. ^•- �•• A�� •w��I me AwrSu name ana logo are registered marks of ACORD