Loading...
HomeMy WebLinkAboutDolan Consulting Group, LLC/Police/45,000/Traffic Survey Dolan Consulting Group,LLC Police Department -2020 Appropriation#43-509.00 Fund;P.O.#103711 Contract Not To Exceed$45,000.00 tiO, AGREEMENT FOR PURCHASE OF GOODS AND SERVICES THIS AGREEMENT FOR PURCHASE OF GOODS AND SERVICES ("Agreement') is hereby entered into by and between the City of Carmel, Indiana, acting by and through its Board of Public Works and Safety("City"), and Dolan Consulting Group, LLC, an entity duly authorized to do business in the State of Indiana("Vendor"). TERMS AND CONDITIONS 1. ACKNOWLEDGMENT, ACCEPTANCE: Vendor acknowledges that it has read and understands this Agreement, and agrees that its execution of same constitutes its acceptance of all of the Agreement's terms and conditions. 2. PERFORMANCE: City agrees to purchase the goods and/or services (the "Goods and Services") from Vendor using City budget appropriation number 43-509.00 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applying at all times the highest technical and industry standards. 3. PRICE AND PAYMENT TERMS: 3.1 Vendor estimates that the total price for the Goods and Services to be provided to City hereunder shall be no more than Forty Five Thousand Dollars ($45,000.00) (the "Estimate"). Vendor shall submit an invoice to City no more than once every thirty (30) days detailing the Goods and Services provided to City within such time period. City shall pay Vendor for such Goods and Services within thirty-five (35) days after the date of City's receipt of Vendor's invoice detailing same, so long as and to the extent such Goods and Services are not disputed, are in conformance with the specifications set forth in Exhibit A, are submitted on an invoice that contains the information contained on attached Exhibit B, and Vendor has otherwise performed and satisfied all the terms and conditions of this Agreement. 3.2 Vendor agrees not to provide any Goods and Services to City that would cause the total cost of the Goods and Services provided by Vendor to City hereunder to exceed the Estimate, unless City has previously agreed, in writing,to pay an amount in excess thereof. 4. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to those certain specifications, descriptions and/or quotations regarding same as were provided to Vendor by City and/or by Vendor to and accepted by City, all of which documents are incorporated herein by reference, and that the Goods and Services will be delivered in a timely, good and workmanlike manner and free from defect. Vendor acknowledges that it knows of City's intended use and expressly warrants that the Goods and Services provided to City pursuant to this Agreement have been selected by Vendor based upon City's stated use and are fit and sufficient for their particular purpose. 5. TIME AND PERFORMANCE: This Agreement shall become effective as of the last date on which a party hereto executes same ("Effective Date"), and both parties shall thereafter perform their obligations hereunder in a timely manner.Time is of the essence of this Agreement. [Sf CootractstProf.Svcs&Goods Svcs\Pok a Dept\20201Dolan Consulting Group,LLC Goods and Somas door I292020 9:58 AM] 1 Dolan Consulting Group,LLC Police Department -2020 Appropriation#43-509.00 Fund;P.O.#103711 Contract Not To Exceed$45,000.00 6. DISCLOSURE AND WARNINGS: If requested by City, Vendor shall promptly furnish to City, in such form and detail as City may direct, a list of all chemicals, materials, substances and items used in or during the provision of the Goods and Services provided hereunder, including the quantity, quality and concentration thereof and any other information relating thereto. At the time of the delivery of the Goods and Services provided hereunder, Vendor agrees to furnish to City sufficient written warning and notice (including appropriate labels on containers and packing) of any hazardous material utilized in or that is a part of the Goods and Services. 7. LIENS: Vendor shall not cause or permit the filing of any lien on any of City's property. In the event any such lien is filed and Vendor fails to remove such lien within ten (10) days after the filing thereof, by payment or bonding, City shall have the right to pay such lien or obtain such bond, all at Vendor's sole cost and expense. 8. DEFAULT: In the event Vendor: (a) repudiates, breaches or defaults under any of the terms or conditions of this Agreement, including Vendor's warranties; (b) fails to provide the Goods and Services as specified herein; (c)fails to make progress so as to endanger timely and proper provision of the Goods and Services and does not correct such failure or breach within five (5) business days (or such shorter period of time as is commercially reasonable under the circumstances) after receipt of notice from City specifying such failure or breach; or (d) becomes insolvent, is placed into receivership, makes a general assignment for the benefit of creditors or dissolves, each such event constituting an event of default hereunder, City shall have the right to (1) terminate all or any parts of this Agreement, without liability to Vendor; and (2) exercise all other rights and remedies available to City at law and/or in equity. 9. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full force and effect during the term of this Agreement, with an insurer licensed to do business in the State of Indiana, such insurance as is necessary for the protection of City and Vendor from all claims for damages under any workers' compensation, occupational disease and/or unemployment compensation act; for bodily injuries including, but not limited to, personal injury, sickness, disease or death of or to any of Vendor's agents, officers, employees, contractors and subcontractors; and, for any injury to or destruction of property, including, but not limited to, any loss of use resulting therefrom. The coverage amounts shall be no less than those amounts set forth in attached Exhibit C. Vendor shall cause its insurers to name City as an additional insured on all such insurance policies, shall promptly provide City, upon request, with copies of all such policies, and shall provide that such insurance policies shall not be canceled without thirty(30)days prior notice to City. Vendor shall indemnify and hold harmless City from and against any and all liabilities, claims, demands or expenses (including, but not limited to, reasonable attorney fees) for injury, death and/or damages to any person or property arising from or in connection with Vendor's provision of Goods and Services pursuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and hold harmless City and its officers, officials, agents and employees from all claims and suits of whatever type, including, but not limited to, all court costs, attorney fees, and other expenses, caused by any act or omission of Vendor and/or of any of Vendor's agents, officers, employees, contractors or subcontractors in the performance of this Agreement. These indemnification obligations shall survive the termination of this Agreement. [S:\Contracts\Prof.Svcs&Goods Svcs\Police Dept\2020\Dolan Consulting Group,LLC Goods and Services.doc:1292020 9:58 AM] 2 Dolan Consulting Group,LLC Police Department -2020 Appropriation#43-509.00 Fund;P.O.#103711 Contract Not To Exceed$45,000.00 10. GOVERNMENT COMPLIANCE: Vendor agrees to comply with all federal, state and local laws, executive orders, rules, regulations and codes which may be applicable to Vendor's performance of its obligations under this Agreement, and all relevant provisions thereof are incorporated herein by this reference. Vendor agrees to indemnify and hold harmless City from any loss, damage and/or liability resulting from any such violation of such laws, orders, rules, regulations and codes. This indemnification obligation shall survive the termination of this Agreement. 11. NONDISCRIMINATION: Vendor represents and warrants that it and all of its officers, employees, agents, contractors and subcontractors shall comply with all laws of the United States, the State of Indiana and City prohibiting discrimination against any employee, applicant for employment or other person in the provision of any Goods and Services provided by this Agreement with respect to their hire, tenure, terms, conditions and privileges of employment and any other matter related to their employment or subcontracting, because of race, religion, color, sex, handicap, national origin, ancestry, age, disabled veteran status and/or Vietnam era veteran status. 12. E-VERIFY: Pursuant to I.C. § 22-5-1.7 et seq., as the same may be amended from time to time, and as is incorporated herein by this reference (the "Indiana E-Verify Law"), Vendor is required to enroll in and verify the work eligibility status of its newly-hired employees using the E-Verify program, and to execute the Affidavit attached herein as Exhibit D, affirming that it is enrolled and participating in the E-verify program and does not knowingly employ unauthorized aliens. In support of the Affidavit, Vendor shall provide the City with documentation indicating that it has enrolled and is participating in the E-Verify program. Should Vendor subcontract for the performance of any work under and pursuant to this Agreement, it shall fully comply with the Indiana E-Verify Law as regards each such subcontractor. Should the Vendor or any subcontractor violate the Indiana E-Verify law, the City may require a cure of such violation and thereafter, if no timely cure is performed, terminate this Agreement in accordance with either the provisions hereof or those set forth in the Indiana E-Verify Law. The requirements of this paragraph shall not apply should the E- Verify program cease to exist. 13. NO IMPLIED WAIVER: The failure of either party to require performance by the other of any provision of this Agreement shall not affect the right of such party to require such performance at any time thereafter, nor shall the waiver by any party of a breach of any provision of this Agreement constitute a waiver of any succeeding breach of the same or any other provision hereof. 14. NON-ASSIGNMENT: Vendor shall not assign or pledge this Agreement, whether as collateral for a loan or otherwise, and shall not delegate its obligations under this Agreement without City's prior written consent. 15. RELATIONSHIP OF PARTIES: The relationship of the parties hereto shall be as provided for in this Agreement, and neither Vendor nor any of its officers, employees, contractors, subcontractors and agents are employees of City. The contract price set forth herein shall be the full and maximum compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement [S:\Contracts\ProLSvcs&Goads Svcs\Pollae Dept\2020\Dolan Consulting Group,LLC Goods and Scrvicos.dac:1292020 9:58 AM] 3 Dolan Consulting Group,LLC Police Department -2020 Appropriation#43-509.00 Fund;P.O.#103711 Contract Not To Exceed$45,000.00 16. GOVERNING LAW; LAWSUITS: This Agreement is to be construed in accordance with and governed by the laws of the State of Indiana, except for its conflict of laws provisions. The parties agree that, in the event a lawsuit is filed hereunder, they waive their right to a jury trial, agree to file any such lawsuit in an appropriate court in Hamilton County, Indiana only, and agree that such court is the appropriate venue for and has jurisdiction,over same. 17. SEVERABILITY: If any term of this Agreement is invalid or unenforceable under any statute, regulation, ordinance, executive order or other rule of law, such term shall be deemed reformed or deleted, but only to the extent necessary to comply with same, and the remaining provisions of this Agreement shall remain in full force and effect. 18. NOTICE: Any notice provided for in this Agreement will be sufficient if it is in writing and is delivered by postage prepaid U.S. certified mail, return receipt requested, to the party to be notified at the address specified herein: If to City: City of Carmel AND Douglas C. Haney, Police Department Corporation Counsel 3 Civic Square Department of Law Carmel, Indiana 46032 One Civic Square Carmel, Indiana 46032 If to Vendor: Dolan Consulting Group, LLC 2840 Plaza PI, Suite 325 Raleigh, North Carolina 27612 Notwithstanding the above, notice of termination under paragraph 19 hereinbelow shall be effective if given orally, as long as written notice is then provided as set forth hereinabove within five (5) business days from the date of such oral notice. 19. TERMINATION: 19.1 Notwithstanding anything to the contrary contained in this Agreement, City may, upon notice to Vendor, immediately terminate this Agreement for cause, in the event of a default hereunder by Vendor and/or if sufficient funds are not appropriated or encumbered to pay for the Goods and Services to be provided hereunder. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount representing conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.2 City may terminate this Agreement at any time upon thirty (30) days prior notice to Vendor. In the event of such termination, Vendor shall be entitled to receive only payment for the undisputed invoice amount of conforming Goods and Services delivered as of the date of termination, except that such payment amount shall not exceed the Estimate amount in effect at the time of termination, unless the parties have previously agreed in writing to a greater amount. 19.3 The City may terminate this Agreement pursuant to Paragraph 11 hereof, as appropriate. [S:\Contracts\Prof.Svcs&Goods Svcs\Police Dept 120201Dolan Cousoitlog Group,LLC Goods and Services.doc:1292020 9:58 AM] 4 Dolan Consulting Group,LLC Police Department -2020 Appropriation#43-509.00 Fund;P.O.#103711 Contract Not To Exceed$45,000.00 20. REPRESENTATIONS AND WARRANTIES The parties represent and warrant that they are authorized to enter into this Agreement and that the persons executing this Agreement have the authority to bind the party which they represent. 21. ADDITIONAL GOODS AND SERVICES Vendor understands and agrees that City may, from time to time, request Vendor to provide additional goods and services to City. When City desires additional goods and services from Vendor, the City shall notify Vendor of such additional goods and services desired, as well as the time frame in which same are to be provided. Only after City has approved Vendor's time and cost estimate for the provision of such additional goods and services, has encumbered sufficient monies to pay for same, and has authorized Vendor, in writing, to provide such additional goods and services, shall such goods and services be provided by Vendor to City. A copy of the City's authorization documents for the purchase of additional goods and services shall be numbered and attached hereto in the order in which they are approved by City. 22. TERM Unless otherwise terminated in accordance with the termination provisions set forth in Paragraph 19 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, 2020 and shall, on the first day of each January thereafter, automatically renew for a period of one (1) calendar year, unless otherwise agreed by the parties hereto. 23. HEADINGS All heading and sections of this Agreement are inserted for convenience only and do not form a part of this Agreement nor limit, expand or otherwise alter the meaning of any provision hereof. 24. BINDING EFFECT The parties, and their respective officers, officials, agents, partners, successors, assigns and legal representatives, are bound to the other with respect to all of the covenants,terms, warranties and obligations set forth in Agreement. 25. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 26. DEBARMENT AND SUSPENSION 26.1 The Vendor certifies by entering into this Agreement that neither it nor its principals nor any of its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from entering into this Agreement by any federal agency or by any department, agency or political subdivision of the State of Indiana. The term "principal" for purposes of this Agreement means an officer, director, owner, partner, key employee or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations of the Vendor. 26.2 The Vendor certifies that it has verified the state and federal suspension and debarment status for all subcontractors receiving funds under this Agreement and shall ber solely responsible for any recoupment, penalties or costs that might arise from use of a suspended or debarred subcontractor. The Vendor shall immediately notify the City if any subcontractor becomes debarred or suspended, and shall, at the City's request, take all steps required by the City to terminate its contractual relationship with the subcontractor for work to be performed under this Agreement. [S:\Contracts\prof.Svcs&Goods Svcs\Police Dept12020\Dolan Consulting Group,LLC Goods and Services.doc:1292020 9:58 AM] 5 Dolan Consulting Group,LLC Police Department -2020 Appropriation#43-509.00 Fund;P.O.#103711 Contract Not To Exceed$45,000.00 27. ADVICE OF COUNSEL: The parties warrant that they have read this Agreement and understand it, have had the opportunity to obtain legal advice and assistance of counsel throughout the negotiation of this Agreement, and enter into same freely,voluntarily,and without any duress, undue influence or coercion. 28. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor and City with respect to the subject matter hereof, and supersedes all prior oral or written representations and agreements regarding same. Notwithstanding any other term or condition set forth herein, but subject to paragraph 16 hereof, to the extent any term or condition contained in any exhibit attached to this Agreement or in any document referenced herein conflicts with any term or condition contained in this Agreement, the term or condition contained in this Agreement shall govern and prevail. This Agreement may only be modified by written amendment executed by both parties hereto, or their successors in interest. IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement as follows: CITY OF CARMEL, INDIANA Dolan Consulting Group, LLC by and through its Board of Public Works and Safety By: By: (21\c/t"--Z J• • Brainard, Presiding Officer Authorized Signature JA* '' l e-e✓la fL v0 a V1 Printed Name ary Ann Burke, Member Date: Use✓l-es, b•2kr-e1o?men 1 Ma e f Title �,I J Lori S Watso►r`` a ber FID/TIN: 1 \aac) t 9-O Date: 3 i$ 0 Last Four of SSN if Sole Proprietor: ATTEST: Date: 0 al 1 a%/a v a o Sue Wolfgan ,CI Date:0.�i ooao (S.VCootra:t..AolSvu&Goods Sru\Pollee Drpt120200alan Coo.ultiog Gaup.LLC Gads and Services.duc:1/29Q020 9,58 A.\q 6 ©olan Consulting Group "11ltr±x CONTRACT Evaluating Fairness in Vehicle Stops by the Carmel. Police Department ' 4 1 .� � _?car -1 •.. y..' It 3 ort— ..L ${ P l i i E Carmel Police Department (Carmel, IN) Project Timeline: January 2020 - March 2021 Submitted By: Chief Harry P. Dolan, (Ret.) CEO Dolan Consulting Group, LLC Exhibit Dolan Consulting Group,LLC 284o Plaza Place Suite 325 Raleigh,NC 27612 Phone: (919)8o5-3020 • /Of Dolan Consulting Group Dolan Consulting Group The Dolan Consulting Group(DCG)LLC is an organization of public policy experts who address issues related to public service provision organizations, such as law enforcement agencies, corrections agencies, fire departments, emergency medical services, hospitals, and school districts. We provide services such as assessments, training, and research with the goal of improving the operations and outputs of these agencies through evidence-based solutions.'Our staff include former public safety leaders,attorneys,and statisticians,all of whom also have real world experience working in government and conducting quality training. Evaluating Fairness in Vehicle Stops by the Carmel Police Department Evaluation Overview: • The leadership of the Carmel Police Department,and the City of Carmel,in an effort to ensure it is providing the best public service possible,is exploring proposals for an external evaluation of the fairness of the Carmel PD with regard to its vehicle stops of members of the public.The city and department leadership are interested in pursuing an impartial,external evaluation of the race and gender composition of the drivers stopped in comparison to an appropriate benchmark that accurately measures the race and gender composition of the drivers who travel the roadways of Carmel. This examination should compare the racial compositions of drivers in traffic stops against the racial composition of drivers engaged in vehicle crashes by service area and time of day to evaluate whether the Carmel PD disproportionately stops any specific group. In response to this request,.Dolan consulting Group(DCG)submits this proposal to conduct such an evaluation.DCG proposes to conduct an examination of the vehicle stops made by Carmel PD officers to answer the two following research questions: - Does the race and sex composition of the drivers stopped by the Carmel PD for traffic violations generally reflect the'driving population within each of its service areas by shift with regard to driver race or ethnicity? 2 !r7 Dolan Consulting Group,LLC. 2840 Plaza Place Suite 325 Raleigh,N.0 27612(919)805-3020 Exhibit Dolan Consulting Group - Does the race and sex composition of the drivers stopped by the Carmel PD for criminal investigative reasons generally reflect the population community residents have reported are engaged in crime within the city? Regarding these research questions, we will utilize data available from within the Carmel PD's computer-aided dispatch and records management system. As a benchmark,we will utilize the race and sex of drivers involved in motor vehicle crashes within the city that occur from January 1,2020,through December 31,2020.This will serve as a benchmark estimate of the population of drivers encountered within the city and legitimately at risk for an unbiased traffic stop by the police. This benchmark will then be compared to the race and sex of drivers who were actually stopped for traffic violations by members of the Carmel PD during that same time period. To control for traffic pattern differences,and commuting trends,these comparisons will also be made by service area and times of day. This evaluation will allow the leadership of the Carmel PD,and the City of Carmel,to determine if any trends exist that might suggest biased stops are occurring. Circumstantial evidence of biased policing, with regard to traffic stops, would be a finding that a particular sex or racial group was stopped significantly more often than would have been expected based on the benchmark of drivers for that specific service area and time of day.If biased policing is occurring, examining stops by service area and time of day allows for the identification of the specific areas and shifts where it has taken place. Regarding stops for criminal investigative reasons, we will again utilize data available from within the Carmel PD computer-aided dispatch and records management system.We will utilize , the race and sex of criminal suspects reported to the Carmel PD by crime victims within the city of Carmel from January 1,2020 through December 31,2020.These criminal suspect descriptions, generated by members of the public, will serve as a benchmark estimate of the population of criminal offenders encountered within the city.This benchmark will then be compared to the race and sex of the individuals who were stopped by Carmel PD officers based on criminal investigative reasons. The findings of this evaluation will be conveyed in a formal written report that will be disseminated to the Chief of Police, and any other designated city leaders, and no other individuals without the express written notification by the Chief, unless the report is publicly c 3 o'e 7 Dolan Consulting Group,LLC 2840 Plaza Place Suite 325 Raleigh,N.0 27612(919)805-3020 Exhibit Dolan Consulting Group disseminated by the city.The lead researcher will also be available,if requested,to make a formal presentation of the report's findings to the Chief and any other designated city leaders. Timeline and Deliverables: After execution of a signed agreement for the work to be performed,the proposed data collection will begin on January 1,2020,with the Carmel PD collecting data on its benchmark measure.The benchmark data (the demographic characteristics of drivers in crashes within the city) collection will begin January 1,2020 and collected going forward to December 31,2020.After December 31, 2020, the data analysis portion of the project will begin. This will involve comparing the racial demographic characteristics of the crash drivers to those of the drivers stopped by Carmel PD officers from January 1,2020 through December 31,2020.This comparison will be disaggregated down to the district and shift levels.This analysis will be completed by February 28,2021 and a final written report completed before March 31,2021. Projected Project Timeline Month 1 2 3.141.1511. 6 7 8 9 Data collection preparation Data collection Data analysis Report writing Report presentation Please note that the projected project timeline above is heavily dependent on the timely cooperation and responsiveness of the city personnel involved. It will be necessary for city employees to respond to all requests for data or information in a timely manner-usually within 4 QC < Dolan Consulting Group,LLC 2840 Plaza Place Suite 325 Raleigh,N.0 27612(919)805-3020 Exhibit Dolan Consulting Group 3 business days. Failure to do so will extend the timeline for the project above the projected timeline above. Work on this project will commence with a request for data and other information, and the requirement for the Carmel PD to immediately begin collecting data on the sex and race of drivers involved in-all crashes investigated by the department. As this information is received and analyzed,requests for clarification and additional information can be expected.The timeliness of the completion of this examination and its report is heavily dependent upon the timeliness of the City's response to these information requests. All documents and data provided to DCG by the City of Cannel for the purposes of this examination / report will remain secure. Other than in the information contained in the final report,the documents and data provided will be maintained in confidence and not distributed to any outside source.Sensitive documents and data files will be emailed as zipped,encrypted files when necessary, or delivered in person on USB dives. All data drives and hard copy documents will be maintained in a locked file cabinet in the researcher's workspace. At a minimum,the lead researcher will have monthly phone and email contact with the Chief of Police (or the Chief's designee) for the duration of this project to ensure agency personnel are cooperating with information requests, the project is progressing appropriately, and to answer any questions/ concerns that might arise. A draft version of the final report will be provided to the Chief of Police at least two weeks prior to the delivery of the final report.At that time the City may make final editing recommendations. The City will have 14 days to respond with its recommended edits, and all reasonable edit recommendations will be considered. The final report will be submitted to the Chief of Police before March 31, 2021 in the form of a PDF email attachment. The Dolan Consulting Group,LLC is willing to send the lead researcher to Carmel, Indiana to make a formal presentation of the report's findings, if needed, at no additional cost beyond the costs covered within this proposal. 5 Pq . Dolan Consulting Group,LLC 2840 Plaza Place Suite 325 Raleigh,N.0 27612(919)805-3020 Exhibit '� Dolan Consulting Group Key Personnel Qualifications & Experience Richard R. Johnson, Ph.D. - Research Scientist & Lead Researcher Dr. Johnson is the head of research for the Dolan Consulting Group, LLC. He holds an undergraduate degree in public policy / criminal justice from the School of Public and Environmental Affairs (SPEA) at Indiana University, a master's degree in criminology from Indiana State University, and a doctorate in criminal justice from the University of Cincinnati with concentrations in policing and administration. Dr. Johnson served 10 years as a faculty member of the criminal justice program at the University of Toledo, leaving at the rank of tenured full professor. He is also currently a part-time lecturer in criminal justice for the University of Michigan at Dearborn. Dr. Johnson has conducted numerous research studies on a variety of criminal justice related topics. He has authored 50 articles in peer-reviewed academic research journals, and more than a dozen articles in police trade journals. He has been the recipient of federal, state, and local research grants and completed the U.S. Bureau of Justice Assistance Research Fellows Academy. He has received several university awards and accolades for his research. In addition to conducting research, Dr. Johnson has taught research methods and statistics courses at the undergraduate and graduate levels for more than a decade. Dr. Johnson has extensive experience conducting research studies of, and for, law enforcement agencies. In the past, Dr. Johnson served on research teams examining potential racial profiling for the Aim Arbor Police Department (MI), Pennsylvania State Police, Cleveland Bureau of Police (OH), Toledo Police Department (OH), Ohio Department of Public Safety, Edina Police Department (MN), St. Louis Park Police Department (MN), and Arizona Department of Public Safety. Dr. Johnson has also lead research projects on a variety of law enforcement topics that have involved more than 40 law enforcement agencies, including the city police departments in Akron (OH), Columbus (OH), Dayton(OH),Knoxville (TN),Louisville (KY), and Raleigh(NC). 6 OP1 Dolan Consulting Group,LLC 2840 Plaza Place Suite 325 Raleigh,N.0 27612(919)805-3020 Exhibit Dolan Consulting Group In addition to his academic and research qualifications, Dr. Johnson worked many years within the criminal justice system. He served as a trooper with the Indiana State Police, as a criminal investigator (domestic violence and child sexual assault) for the Kane County State's Attorney in Illinois,and as a probation officer with the Illinois 16th Judicial Circuit. Dr.Johnson will be responsible for oversight, direction, and implementation of this entire project. He will design this research evaluation, supervise the data collection and processing,conduct the actual data analyses, and write the final report. Dr.Johnson will also be responsible for all communication with the Chief of Police, and will direct and oversee the work of the research assistant. Scott W. Phillips, Ph.D. — Research Associate Scott is a full professor within the Department of Criminal Justice at the State University of New York- Buffalo State. He holds an undergraduate degree in criminal justice, and a master's degree in criminal justice, from Buffalo State University. He earned his doctorate in criminal justice from the State University of New York at Albany.Dr.Phillips has published over 35 articles in peer-reviewed research journals. His research has focused on empirical examinations of police decision making,police attitudes,and police culture. Dr. Phillips has examined officer arrest and criminal charging decisions when handling domestic violence incidents, police officer's attitudes about the use of force, police officer self-motivation, diffusion of policing innovations, aspects of police militarization, the use of body-worn cameras,and the factors influencing an officer's use of deadly force. Dr.Phillips twice served as the Futurist Scholar in Residence with the Behavioral Science Unit at the Federal Bureau of Investigation's National Academy in Quantico, VA. Prior to working as a college professor, Dr. Phillips served as the grant coordinator in the Community Oriented Policing Services(COPS)office with the U.S.Department of Justice. Prior to that,Dr. Phillips served as a police officer in Houston,Texas. 7 ( Dolan Consulting Group,LLC 2840 Plaza Place Suite 325 Raleigh,N.0 27612(919)805-3020 Exhibit A Dolan Consulting Group Dr.Phillips will be responsible to assisting with cleaning the data received,and preparing it for appropriate analysis.These duties will include classifying and coding stops,arrests, and vehicle crashes within service area zones. Dr. Phillips will also be responsible to double-checking all of Dr. Johnson's statistical calculations in order to ensure absolute accuracy. • 8 trr Dolan Consulting Group,LLC 2840 Plaza Place Suite 325 Raleigh,N.0 27612(919)805-3020 Fxhibit Dolan Consulting Group PROJECT SCOPE: Research Project: Evaluating Fairness in Vehicle Stops Project Timeline:January 2020-March 2021 Collection Period:January 2020-December 2020 Report Period:January 2021 -March 2021 Research Academics: Richard Johnson, Ph.D. &Scott Phillips,Ph.D. Project Fee: $45,000.00 (all-inclusive) -50% of the fee due upon initiation of the agreement/ 50% due upon completion of the project. -Fee includes all expenses to support the project -If required, the lead researcher will travel to make a formal presentation of the findings Pricing Schedule All-Inclusive Fee:$45,000.00 Evaluating Fairness in Vehicle Stops and Arrests by the Carmel Police Department. (50% of the fee due upon initiation of the agreement,and the remaining 50% due upon completion of the project). Fee includes all expenses to support the project, to include one lead academic researcher and one research associate.If required,the lead researcher will travel to Carmel, Indiana to make a formal presentation of the findings at the city's request, at no additional expense. Chief Harry P. Dolan, (Ret.) CEO Major David Strong Dolan Consulting Group,LLC Carmel Metropolitan Police Department 2840 Plaza Place Suite 325 3 Civic Square Raleigh, N.C. 27612 Carmel,I.N. 46032 Phone (919) 805-3020 Phone (317) 571-2746 E-mail: harry@dolanconsultinggroup.com Email: DStrong@carmel.in.gov 901 Dolan Consulting Group,LLC 2840 Plaza Place Suite 325 Raleigh,N.0 27612(919)805-3020 Exhibit A EXHIBIT B Invoice Date: Name of Company: Address &Zip: Telephone No.: Fax No.: Project Name: Invoice No. Purchase Order No: Goods Services Person Providing Date Goods/Services Provided Cost Per Hourly Total Goods/Services Goods/ (Describe each good/service Item Rate/ Service separately and in detail) Hours Provided Worked GRAND TOTAL Signature Printed Name EXHIBIT C INSURANCE COVERAGES Worker's Compensation&Disability Statutory Limits Employer's Liability: Bodily Injury by Accident/Disease: $100,000 each employee Bodily Injury by Accident/Disease: $250,000 each accident Bodily Injury by Accident/Disease: $500,000 policy limit Property damage, contractual liability, products-completed operations: General Aggregate Limit (other than Products/Completed Operations): $500,000 Products/Completed Operations: $500,000 Personal &Advertising Injury Policy Limit: $500,000 Each Occurrence Limit: $250,000 Fire Damage(any one fire): $250,000 Medical Expense Limit (any one person): $ 50,000 Comprehensive Auto Liability(owned,hired and non-owned) Bodily Single Limit: $500,000 each accident Injury and property damage: $500,000 each accident Policy Limit: $500,000 Umbrella Excess Liability Each occurrence and aggregate: $500,000 Maximum deductible: $ 10,000 EXHIBIT D AFFIDAVIT -ee via el wLa 1,1 ,being first duly sworn, deposes and,says that he/she is familiar with and has personal knowledge of the facts herein and, if called as a witness in this matter, could testify as follows: 1. I am over eighteen (18) years of age and am competent to testify to the facts contained herein. 2. I am now and at all times relevant herein have been employed by ��a✓� Co.n Su 1-1 r' Cr cvJ e (the"Employer") in the position of \ ()V1 esc tlo()w'tev fi/`ita' j e 6 . 3. I am familiar with the employment policies, practices, and procedures of the Employer and have the authority to act on behalf of the Employer. 4. The Employer is enrolled and participates in the federal E-Verify program and has provided documentation of such enrollment and participation to the City of Carmel, Indiana. 5. The Company does not knowingly employ any unauthorized aliens. FURTHER AFFIANT SAYETH NOT. EXECUTED on the (6 D-day of -f-Te co a` , 20 ace Printed: V Vila dl 1)/)1 cc,--- I certify under the penalties for perjury under the laws of the United States of America and the State of Indiana that the foregoing factual statements and representations are true and correct. Printed: 1ke-2 a?v✓1 INDIANA RETAIL TAX EXEMPT Page 1 of 1 ciCity of Carririe1 CERTIFICATE NO.003120155 0020 PURCHASE ORDER NUMBER FEDERAL EXCISE TAX EXEMPT 103711 ONE CIVIC SQUARE 35-6000972 THIS NUMBER MUST APPEAR ON INVOICES,AR CARMEL,INDIANA 46032-2584 VOUCHER,DELIVERY MEMO,PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL-1997 PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. VENDOR NO. DESCRIPTION 1/21/2020 371340 DOLAN CONSULTING GROUP LLC Carmel Police Department VENDOR 2840 PLAZA PL.STE 325 SHIP 3 Civic Square TO Carmel,IN 46032- RALEIGH, NC 27612- Blaine Mallaber PURCHASE ID BLANKET CONTRACT PAYMENT TERMS FREIGHT 43673 QUANTITY UNIT OF MEASURE DESCRIPTION UNIT PRICE EXTENSION Department: 1110 Fund: 101 General Fund Account: 43-509.00 1 Each traffic survey $45,000.00 $45,000.00 Sub Total $45,000.00 ,e"'`k l "0-1 fit? `1 `'- / %,\ t f .. it .•-, k I 'i't 'ti i 1 _� i fr 1 d . , ji. G ,1 Send Invoice To: \ }' -1-- "' ",, Carmel Police Department r Accounts Payable `', '' ate,'` iI 3 Civic Square r ,�,"a--�-'-.:t,t.k,, yip Carmel,IN 46032- ' z '1--..fi "I ; 4. :' -w PLEASE INVOICE IN DUPLICATE DEPARTMENT I ACCOUNT I PROJECT I PROJECT ACCOUNT I • AMOUNT PAYMENT $45,000.00 SHIPPING INSTRUCTIONS 'A/P VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE P.O. NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN 'SHIP PREPAID. AFFIDAVIT ATTACHED. I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN 'C.O.D.SHIPMENT CANNOT BE ACCEPTED. THIS APPROPRIATION SUFFICIENT TO PAY FOR THE ABOVE ORDER. 'PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABE 'THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99,ACTS 194 `4fM? 4,-,d C�a..f AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. ORDERED BY - Jim Barlow James Crider TITLE Chief Administration CONTROL NO. 1 037 1 1 CONTROLLER