Loading...
Institute Public/FIRE/14450/promotion processInstitute for Public Safety Fire Department 2014 Appropriation 43- 419.99; P.O. #24574 Contract Not To Exceed $14.450.00 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 Institute for Public Safety, 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. PERFORMANCE: City agrees to purchase the goods and /or services (the "Goods and Services ") from Vendor using City budget appropriation number 43- 419.99 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 Fourteen Thousand Four Hundred Fifty Dollars ($14,450.00) (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 sixty (60) 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. (S: ,,E, V[,( Sac S. Coot S.cSFde IkP'UObMwinne i «WhP,e Sarvy raHam F,r,w,d ,:3fl Uu Institute for Public Safety Fire Department 2014 Appropriation 43- 419.99; P.O. #24574 Contract Not To Exceed $14,450.00 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. 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. Contrac008 s,�s�. 201111 bl Y. Sei/esd l /?8/20 Institute for Public Safety Fire Department 2014 Appropriation 43- 419.99; P.O. #24574 Contract Not To Exceed $14,450.00 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. 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. Gaols Ssci *—E lk1i2{ MisS P 1 Institute for Public Safety Fire Department 2014 Appropriation 43- 419.99; P.O. #24574 Contract Not To Exceed $14,450.00 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. 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 One Civic Square Carmel, Indiana 46032 Chief Hoffman AND Douglas C. Haney, City Attorney Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: Institute for Public Safety 251 East Ohio Street, Ste. 1000 317 - 687 -8910 Amy Emerson 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 IYCmmw' Q.4 Sc'Fiee11, PoMeSOfrI, Go, 9 Se 'Mf Institute for Public Safety Fire Department 2014 Appropriation 43- 419.99: Y.O. #24574 Contract Not To Exceed $14,450.00 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. 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, 2014 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. IRAN CERTIFICATION: Pursuant to I.C. § 5 -22 -16.5, the Vendor shall certify that, in signing this document, it does not engage in investment activities within the Country of Iran. 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. (S'C nwmAP!{tSv , &Go, s. 1nuimu (a WblicSnin■ Instinite for Public Safety Fire Department 2014 Appropriation 43419.99; P.O. #24574 Contract Not To Exceed $14,450.00 • 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 by and through its Board of Public Works and Safety By: frkei Ja s Brainard, Presiding Officer Date: Mary An Date: Burke, Member 7- Lori S. Watson Date: ATTEST: tuber 1 /73. /I �l Dina Cordray, IAMC Date: e asu •r t_...F,,4 RCri +l >S'ct ,Y I.. 'ilJSt(t n. 15x55101p .5 l V\1lG Institute for Public Safety By: uth.—fzeu ig'a re P inted Name ter Form: 35`-f/ (7-7/ Last Last Four of SSN if Sole Proprietor; Date: f CS/ / INSTITUTE FOR PUBLIC SAFETY PERSONNEL, INC. Exhibit A Agreement with the Carmel Fire Department For a Promotion Process for the ranks of Fire Engineer, Lieutenant and Captain Process Steps: 1. Establish Job Relevance A. Develop consolidated job descriptions via survey B. Select source materials with guidance of Development Committee II. Train and Inform Candidates about Process A. Provide candidates with descriptive process booklets B. Prepare training video on test preparation Ill. Write and Validate Written Test Questions A. Write test questions on all reading materials B. Validate test questions via committee review before or after exam IV. Administer Written Test A. Provide test booklets B. Administer test site C. Provide all testing material V. Conduct an Appeal/Review Session after the written exam A. Provide candidates with a copy of their own answer sheet and an answer key B. Receive written appeals on test questions C. Meet with committee afterwards to review appeals VI. Score Results A. Tally preliminary scores B. Generate preliminary lists C. Combine results with other process components (seniority, etc.) VII. Provide Individual Feedback A. Provide candidates with individual scores and rank order standing VIII. Derive Final List A. Provide Public Employer with final scores and rank order list Exhibit (Pr ■ V� Carmel Fire Department Promotion Process for the ranks of Fire Lieutenant and Captain Project Costs: Promotion Written Exam - Lieutenant $3,500.00 to provide one (1) written exam for the rank of tire lieutenant with no more than thirty -five (35) candidates. A. Cost assumes that Department or candidates will purchase source materials. B. Department will provide test site. C. Cost for additional candidates over thirty-five (35) is $35.00 per candidate. D. Cost includes one (1) day of test administration with one hundred (100) candidates per testing session. Cost to provide additional day(s) of testing and/or additional monitor if more than 100 candidates per testing session is $375.00 per monitor per day. E. Immediate review session after written exam. P. Cost includes all test materials and scoring. G. Additional $500.00 if the test includes questions based on Department documents (i.e., SOP's). II. Promotion Written Exam - Captain Additional $1,000.00 to provide a written exam for the rank of tire captain with no more than thirty -five (35) candidates. • Test will be based on the same source materials as the lieutenant exam, however the captain test would include more test questions. Cost includes separate scoring for both ranks. • Cost assumes that lieutenant and captain exams will be administered concurrently. Additional cost of $375.00 for each additional day of testing required. III. AppeaUReview Session for Written Exam $1,500.00 to conduct an extensive appeal/review session scheduled for one (1) day. A. Cost includes individual feedback on the written exam, in addition to an IPSP, Inc. monitor for one day. Cost to provide additional day(s) for review session is $375.00 per day. B. Cost includes meeting with development committee to review appeals if meeting is held same day as appeal/review session. C. Cost includes re- scoring of test components following review of appeals by development committee. D. Cost includes individual appeal results for candidates E. Department will provide site for appeals session. IV. Promotion Assessment Center Exercises $3,500.00 to provide assessment exercises per rank level with no more than thirty-five (35) candidates. A. Department will provide test site. B. Cost for additional candidates over thirty -five (35) is $35.00 per candidate. C. Cost includes board training, all test materials, scoring and interview monitor for first day. Additional 1PSP, Inc., monitor $350.00 per day. D. Optional - $1,500.00 per day for outside board comprised of three (3) administrative level firefighters. Pc- 42 V. Review Session for Assessment Center Exercises (OPTIONAL) $1,500.00 to conduct an extensive appeal /review session scheduled for one (1) day. A. Cost includes individual feedback on the assessment exercises. Candidates have the opportunity to listen to an audiotape of.their own assessment meeting. and to review scoring dimensions. An II'SP, Inc. monitor will be provided for one day. Cost to provide additional day(s) for review session is $375.00 per day. 13. Department will provide site for appeals session. VI. Compute candidate seniority scores based on hire dates provided by department - NO COST IN WITNESS WHEREOF, the parties have executed this Agreement. INSTITUTE FOR PUBLIC SAFETY THE CARMEL FIRE DEPARTMENT PERSONNEL, INC. Title: t° s / G^c._,:1 Title: Date: / �� ( \ �) /� Date: 311 ESTIMATE FOR THE DEVELOPMENT AND ADMINISTRATION OF: 2014 FIRE CAPTAIN AND LIEUTENANT PROMOTION PROCESS Conduct/ Maintain Job Analyses Data Captain, Lieutenant Consultation on Promotion Process Scoring Components Develop scoring procedures for components Prepare Information Books for candidates Written Exams - 2 Ranks: Development, administration, and scoring Written examination - Lieutenant Written examination - Captain (additional questions) Test administration for second day @ $375 /day Assessment Center: 2 Ranks: Development, training, and admin. of assessment center - Lieutenant Development, training, and admin. of assessment center - Captain Monitor exercises for two additional days @ $350 /day Exam and Assessment Center Review Session - 2 Ranks: Prepare feedback and conduct review session with candidates Administer review session for second day @ $375 /day Review appeals with committee Re -score exams based on appeal decisions No charge No charge $ 3,500.00 $ 1,000.00 $ 375.00 $ 3,500.00 $ 3,500.00 $ 700.00 $ 1,500.00 $ 375.00 TOTAL ESTIMATE: $14,450.00 *NOTE: IF MORE CANDIDATES PARTICIPATE IN 2014 THAN IN 2012, THE NUMBER OF DAYS FOR SCHEDULING ASSESSMENT EXERCISES MAY BE MORE THAN TWO DAYS- Ci of Carmel ONE CIVIC SQUARE CARMEL, INDIANA 46032 -2584 FORM APPROVED BY STATE BOARD OF ACCOUNTS FOR CITY OF CARMEL - 1997 INDIANA RETAIL TAX EXEMPT CERTIFICATE NO. 003120155 002 0 FEDERAL EXCISE TAX EXEMPT 35- 60000972 PAGE PURCHASE ORDER ER 24574 THIS NUMBER MUST APPEAR ON INVOICES, NP VOUCHER, DELIVERY MEMO, PACKING SLIPS, SHIPPING LABELS AND ANY CORRESPONDENCE. PURCHASE ORDER DATE DATE REQUIRED REQUISITION NO. - VENDOR NO. DESCRIPTION 320P1014 o��.� e- d<,g ss, VENDOR Institute for Public Safety 251 East Ohio Street, Ste. 1000 Indianapolis, IN 46204 SHIP TO Carmel Fire Department 2 Carmel Civic Square Carmel, IN 46032 (317)5712622 CONFIRMATION BLANKET CONTRACT PAYMENT TERMS FREIGHT ` QUANTITY UN MEASURE DESCRIPTION UNIT PRICE EXTENSION Account 43-419.99 1 Each Capt & Lt. Promotion Process Send Invoice To: Carmel Fire Department 2 Carmel Civic Square Carmel, IN 46032- PLEASE INVOICE IN DUPLICATE $14,450.00 Sub Total: $14,450.00 $14,450.00 DEPARTMENT Cannel Fire Department ACCOUNT PROJECT PROJECT ACCOUNT AMOUNT. SHIPPING INSTRUCTIONS • SHIP REPAID. • COD_ SHIPMENTS CANNOT BE ACCEPTED. • PURCHASE ORDER NUMBER MUST APPEAR ON ALL SHIPPING LABELS. • THIS ORDER ISSUED IN COMPLIANCE WITH CHAPTER 99, ACTS 1945 AND ACTS AMENDATORY THEREOF AND SUPPLEMENT THERETO. DOCUMENT CONTROL NO. 24574 PAYMENT $14,450.00 • NP VOUCHER CANNOT BE APPROVED FOR PAYMENT UNLESS THE PO, NUMBER IS MADE A PART OF THE VOUCHER AND EVERY INVOICE AND VOUCHER HAS THE PROPER SWORN AFFIDAVIT ATTACHED. • I HEREBY CERTIFY THAT THERE IS AN UNOBLIGATED BALANCE IN THIS APPROPRIATIg SUFFICIENT TO PAY FOR THE BOVE ORDER. ORDERED BY TITLE CLERK - TREASURER VENDOR COPY