Loading...
TeamMakers/CFDTe~mMakcrs APPI~OVED, AS Fire Dept. - 2004 - Personne~ Performa,lce Evaluations FOI M BY: - Appropristion #570.03 P.O.#12407 Contract Not To Exceed $30,500.00 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 COMPANY ("Vendor"). TERMS AND CONDITIONS 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 570.03 funds. Vendor agrees to provide the Goods and Services and to otherwise perform the requirements of this Agreement by applyirig at all times the highest technical and industry standards. 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 Thirty Thousand Five Hundred Dollars ($30,500.00.00) (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 accordance 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. WARRANTY: Vendor expressly warrants that the Goods and Services covered by this Agreement will conform to the specifications, samples and/or descriptions thereof furnished to Vendor by City and/or by Vendor to and accepted by City, 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. TIME AND PERFORMANCE: This Agreement shall become effective a~ 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. 1 TeamMakers Fire Dept. - 2004 - Personnel Performance Evaluations Appropriation #570.03 P.O.#12407 Contract Not To Exceed $30,500.00 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 thereol' 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. LIEN S: 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. 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. INSURANCE AND INDEMNIFICATION: Vendor shall procure and maintain in full foree and effect during tbe 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 therefl'om. 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 sball 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 pnrsuant to or under this Agreement or Vendor's use of City property. Vendor further agrees to indemnify, defend and bold 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 TeamMakers Fire Depl. - 2004 - Personnel Performance Evaluations Appropriation #570.03 P.O.#12407 Contract Not To Exceed $30,500.00 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 ail 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. 1l. 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. 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. 13. 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. 14. RELATIONSHIP OF PART[ES: 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 maxinmm compensation and monies required of City to be paid to Vendor under or pursuant to this Agreement. 15. 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. 16. 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. TeamMakers Fire Dept. - 2004 - Personnel Performance Evaluations Appropriation #570.03 P.O.#12407 Contract Not To Exceed $30,500.00 17. 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 ATTN: Douglas Callahan, Chief, Fire Department Douglas C. Haney, City Attorney Department of Law One Civic Square Carmel, Indiana 46032 If to Vendor: TeamMakers 3103 Fox Mill Road Oakton, Virginia 22124 ATTN: Rik ~, Principal Notwithstanding the above, notice of termination under paragraph 18 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. TERMINATION: 18.1 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 am6unt 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. 18.2 Either party hereto may terminate this Agreement at any time upon thirty (30) days prior notice to the other party. 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. 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. TeamMakers Fire Dept. - 2004 - Personnel Performance Evaluations Appropriation #570.03 P.0.#12407 Contract Not To Exceed $30,500.00 20. 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 pumhase of additional goods and services shall be numbered and attached hereto in the order in which they are approved b3) City. 21. TERM Unless otherwise terminated in accordance With the termination provisions set forth in Paragraph 18 hereinabove, this Agreement shall be in effect from the Effective Date through December 31, .2j~and shall, on the first day of each January thereafter, automatically renew for a period of one 0~(1) calendar year, unless otherwise agreed by the parties hereto. 22. 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 1he meaning of any provision hereof. 23. 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. 24. NO THIRD PARTY BENEFICIARIES This Agreement gives no rights or benefits to anyone other than City and Vendor. 25. 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. 26. ENTIRE AGREEMENT: This Agreement, together with any exhibits attached hereto or referenced herein, constitutes the entire agreement between Vendor arid 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 heroin 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. Name of Company: Address & Zip: Telephone No.: Fax No.: EX I/RIT B Invoice Date: Project Name: Invoice No. Purchase Order No: Goods Services I Persou 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 TeamMakers Fire Dept. - 2004 - Personnel Performance Evaluations Appropriation #570.03 P.O.#12407 Contract Not To Exceed $30,500.00 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: James Brainard, Presiding Officer Lori g. Wat~n~Mcmber t' Date: ~ t"~/t' ~ ]O:~c~~'-~ / ATTEST: TEAMMAKERS Authorized Signature Printed Name Title FiD/TIN: '~-- t ~"~a--! SSN if Sole Proprietor: TeamMaker .. ~ Persona]it~ Plus ~ fiew~nafl & Workshops Fox Mill. Road · Oakton, Vtr~lnla 22124 April 27, 2005 Chief Douglas Callahan Fire Chief City of Carmel Fir~ D~partment Two Civic Square Cam~el, IN 46032 Dear Chief Callahan: This letter is to fo?ward to You our proposal for the implementation of the new Cannel Fire Department personnel performance evaluations per your request. The attached proPOsal is based on a comprehensive approach to implementation &the new Carmel FD performance evaluations. We believe it takes into account the central nature.of the new system of evaluation to your department's future operations and performance improvement. We understand that the department has an obligation to conduct an organization-wide personnel appraisal in the 4m quarter of calendar year 2005. To that end, this proposal is designed to deliver training/education so that management, evaluators and evaluees will be prepared by October 2005 to administer, evaluate and receive evaluation. Our proposal provides training for all Carmel Fire Departmenl personnel who will be affeet~d by the new evaluation forms and system to meet your goal of having in place a fair and effective evaluation and performance improvement system. Our proposal sketches the outline of the ,system and estimates the cost of implementation by phase. Actual project costing is dependent on completion of the initial on-site survey phase of the project and subsequent diseusslons with senior management. Costs will include program development, workshop delivery, materials, fees for instrumentation, travel and expenses, etc. The specific plan of training/education will be based on the results &the initial on-site survey and subsequent coordination with management. We look forward to working with you on this exceptional project. Pleas feel free to contact me at (703) 7584156 (voice/fax) or Kal' ssonR(~o con). APR--29--2~5 12 ~44 PM TEAMMAKERS ?~ ?588156 P. 0~ TeamMaker, . Scn~nars & W-ore. ps 3103 Fox Mill Road Oakton, Virginia 22124 PROPOSAL FOR CARMEL FIRE DEPARTMENT IMPLEMENTATION OF A PERSONNEL EVALUATION SYSTEM BACKGROUND A. Proj~t Overview TeamMakers sa, wan asked to provide personnel evaluation ~stem implementation training/education for Carmel Fire Department personnel, sworn and civilian. Carmel FD's newly approved appraisal forms and instructions apply to each person employed by the fire department. TeamMakers'"' was informed that within the 4~ quarter of 2005, the first organization -wide appraisal is to be accomplished. The proposed training/education project period wi/l extend from contract signing through ~hc first implementation period. B. Carmel Fire Department From materials provided, the training/education program for Cannel Fire Department includes 149 sworn per.~nnel and nine civilian members. City of Carmel Common Council Ordinance D-1741-05 of February 7, 2005 established a Fire Department Merit Board. In accordance with Indiana Code IC 36-8-3.5-13, lhe rules, requisites and eligibllttyforpromvtion, requires that the performance recnnt of the member be used as a factor in promotion, lC 36-8-3.5-IS, performance ratings, rules and appeal, requires performance ratings for each member be made at least once every six months. I['I~RPOS~E OF TJ~JE PRO~[ECT The purpose of this training/education project is to implement a fair and effective personnel appraisal system for Carmel Fire Departtnenl using the forms provided. The imptementatlon plan oftrainlng/education proposed below is intended to provide that (the): · All personnel are well informed as to the purpose and expected outcomes of using the system; · All personnel understand how to evaluate and rare assigned personnel and how to complete lhe evaluation forms in such a wa>, that they are usable For their intended purpose and there tends to be the greatest extent of mutual understanding among raters to achieve consistency of evaluation and terminology across the department; · Department develop the in-house capability to train, educate, and administrate the program for thc long term, APR-29--2005 12=45 PM TEANMAKERS 705 75881S6 P.04 PROJECT OUTLINE AND ACTIVITIES Outline: We recommand that thc personnel performance evaluation project include the following activity sets identified below. These include: An on-site survey of Carmel FD to est~bllsh project goals and delivery methodology and timing within the context &your organizational culture and climate; 2. The development, in collaboration with management, of the tmlning/cducation program including workshops and all nece~qary instructor and participant materials; Training/educating all Carmel FD evaluators and evaluees to the evaluation philosophy, expected outcomes, and plan of jmplementation of the new system; develop the skills necessary to fairly evaluate, rate, and provide performance feedback to personnel; develop the skills necessary to implement thc Performance Improvement Program; 4. Monitoring the implementation of the evaluation program (audit results, analyze outcomes, report on areas 0f needed improvement) with a view to revising it as necessary to meet short- and long-term program objectives; 5. Providing the option ofongoing consulta6vedtraining/~ucation services beyond the initial evaluation implementation period for thc purpose of developing an in- house Carmel FD capability to train/educate new personnel in thc department's evaluation system. Activities: We propose the following activitlcs in five phases to carry out this project. ,O/~-~i~e Survey (Phase I): a. Visit Carmel FD to conduct interviews and focus groups with senior management, representative company officers, directors, representative employees, appropriate city and union officials, and firefighters and parameOics. b. Record representative data, expectations, ~nd questions &each constituent group concerning the implementation of the evaluation forms and system. We will also sample organizational culture and climate as relevant to training/education delive~ design. c. Establish the actual design of the implementatio~x program to include working relationshlps with the department's implementation ~mmittee; identify project timelincs and mile~ones. d. Deliver report and draft design of specific program elements that will guide implementation plan development. APR--29--2005 12:46 PM TEAMMAKERS 703 7508156 P.05 Estimated Level of Effort and Cost: Anticipate '~o people on site for one and one-half business days. F~imated cost $4,800 (including travel, lodging, and consultant fees). Wprkshon Develonment fl'h~ I1}: a. Create a plan such that Carmel FD personnel are trained/educated in the use of the new evaluation system and instrumentation by October 2005. b. Create necessary training delivery mctho&% workshops, and materials including participant manuals and instructor guides, classrr~m handouts and c×pcr~entlal activltlcs, and identification, selection, and purchase/licensing ofapproprlate instrumentation. c. Coordinate workshop delivery timing, including scheduling, training space preparation and equipment needs, with thc Carmel FD's Implementation Teara. d. Estimated Level of Effort: Estimate two-to-three man-weeks of consultant labor. Estimated cost $8-12,000 (including travel, lodging, and consultant fees)plus printing, copying, binding of materials including participant manuals and instructor guides, classroom handouts, etc. (all rights to be retained by TeamMakerss~"), and purchase/licensing of appropriate instrumentation. Workshop Delivery (Phase liB: Delivery ora co.m.~on training program for all personnel of the department in a ~-day .course .facdltated by two consultants of about 30-33 people per class including a rmxtnre of ranks and per~mnel classifications. Based on 158 personne, five ndividual ,sessions are proposed. a. Introduce all personnel IO the pu~ose, administrative procedures and expected outcomes of the evaluation program. b. Instruct all personnel in the use of the forms, their design, the rating ~stem and comment areas; appropriate experiential activities will be provided to allow experience in proper form completion; development of the ability ofevaluators to complete the forms easily and accurately. c. Instruct all personnel in the preparation of the selfqtppmiml form with i practice activities. ~ d. Provide activities aimed at establishlng falr and equitable standards of evaluation including cross-calibration of performance standards among e. Instruct personnel in how to gather and use observation es well as objective data when writing an evaluation. f. Instruct personnel in how to conduct a performance evaluation session under ideal and confrontational situations. g. Instruct all personnel in the use and preparation of the Performance Improvement Plan with practice activities. Provide methods to identify an individual's developmental needs and assist people in planning for improvM performance, APR-29--2005 12:4G PM TEA~MAKERS 70~ T58815~ P. 06 Instructional topics may include behavioral observation and discrimination, goal setting, developing people, confronting unacceptable performance, persuading, problem solving and planning. Estimated Level of Effort: Attendance of all employees (158 people) in a 3-day course covering the material specified above, Estimate five course repetitions &about 30-33 persons per session would be require/A; larger class sizes possible based on space available and addition of an additional facilitator. Estimated cost per repetition $9,000 for two facilitators (including travel, lodging, and consultant fees). Mgnitor and Revis~ (Phase IV]: a. Provide first-lime-through individual coaching as required. b. Upon 2005 evaluation process completion, analyze the process and outcomes of the initial evaluation peritxi through an appraisal audit, interviews, and focus groups to determine the extent to which original program objectives have been met or need to be modified. c. Provide feedback to management, appraisers and appraisees with advice on improving thc system based on analysis and incorporating appropriate suggestions from users. d, Estimate Level of Effort: On-site audit and interviews by two consultants (2 days). Estimated cost $4,700 (including travel, lodging, and consultant fees). Individual consultation and coaching as negotiated. periodic Tralnin~ (Pha~e V): a. Provide training/education and assistance ~.s called upon for new appraisers and orientation for new members of the department. b. Develop an in-house Carmel FD capability to train, educate, monitor, and revise the system on an ongoing basis. c. Estimated Level of Effort: as negotiated. Project team: · Rik Karlsson, MPA, Principal, TeamMakcrssm, Oakton, VA Austin "Mac" Greenland, MA, Doctoral Studies, Fortiter Associates, Bedford, PA · John Gallis: MPA, Senior Training Associate EXHIBIT C INSURANCE COVERAGES Worker' s Compensation & Disability Employer' s. Liabillty: Bodily I~jury by Accident/Disease: Bodily Injury by AccidenffDisease: Bodily Injury by Accident/Disease~ Property damage, contractual liability, products-comPlete~d operations: General Aggregate Lh~t (other than Products/Completed Operations): Products/Completed Operations: Personal & Advertising Injury Po]icy Limit: Eacb Occu~ence Limit: Fire Damage (any one fire): Medical Expense Limit (any one person): Statutory Limits $100,000 each employee $250,000 each accident $500,000 policy limit $500,000 $500,000 $500,000 $250,000 $250,0OO $ 50,0OO Comprehensive Auto Liability (owned, hired and Bodily Shxgle Limit: Injury and property damage: Policy Limit: Umbrella Excess Liability Each occurrence and aggregate: Maximum deductible: non-owned) $500,000 each accident $500,000 each accident $500,000 $500,000 $ 10,000