HomeMy WebLinkAboutThe Par Groupcr eb-�
CITY OF OSHKOSH, WISCONSIN
AGREEMENT
EXECUTIVE SEARCH SERVICES
I. NAME OF CONTRACTING PARTIES
This contract is entered into this _Jb _ day of February, 2008, between the City of Oshkosh, 215 Church
Ave. PO Box 1130, Oshkosh, Wisconsin 54903 -1130, hereafter called the CITY and THE PAR GROUP of
100 N. Waukegan Road, Ste. 211, Lake Bluff, Illinois 60044 -1694, hereafter called CONSULTANT.
The parties hereto agree as follows:
II. PROJECT MANAGER
A. Assignment of Project Manager
The CONSULTANT shall assign the following individual to manage the project described in this
contract.
Project Manager: Karl Nollenberger, Vice President
B. Changes in Project Manager
The City has the right to approve or disapprove any proposed change from the individual named in
Article II.A. The City shall be provided with a resume for any proposed substitute and shall be
given the opportunity to interview that person prior to its decision to approve or disapprove.
III. SCOPE OF WORK AND RESPONSIBILITIES OF THE CONSULTANT
A. Scope of Work
The CONSULTANT shall provide the services described in its proposal and also the Consultant
has agreed to the eleven (11) assurances listed in Attachment "A" and Insurance Requirements for
Professional Liability Providers listed in Attachment `B ".
The Basic Scope of Services includes:
• COMMUNITY INVOLVEMENT MEETINGS
• DEVELOP A JOB PROFILE, JOB QUALIFICATIONS AND APPROPRIATE SALARY.
• DEVELOP AND IMPLEMENT AN ADVERTISING /MARKETING PLAN.
• CONDUCT AN ACTIVE SEARCH PROCESS
• IDENTIFY AND DEVELOP A LIST OF DESIRABLE CANDIDATES
B. Additional Services
- CONDUCTING CANDIDATE MEASUREMENT TOOLS
- CONDUCTING BACKGROUND CHECKS
- DEVELOPING INTERVIEW QUESTIONS AND PARTICIPATING IN THE
INTERVIEW
- ASSIST WITH CONTRACT NEGOTIATIONS
C. Approval of Additional Services
1
The CONSULTANT shall provide additional products and/or services provided by this Agreement
if such additional products and/or services are requested in writing by the City's Purchasing
Manager or other authorized employee of the City. Such additional costs may not be incurred prior
to receipt of written approval by the City. Compensation for services provided by this Agreement
shall be as specified in Article V. Costs for additional products and services not covered under this
Agreement shall be negotiated and set forth in a written amendment to this Agreement executed by
both parties. The amendment shall be executed by both parties prior to proceeding with the work
covered under subject amendment.
RESPONSIBILITY OF THE CITY
At its own expense, the City will have the following responsibilities regarding the execution of the contract
by the CONSULTANT.
A. Project Officer
The City appoints Sue Brinkman to function as project officer to act as the City's representative
with respect to the work performed under this contract.
B. Prompt Response
To prevent an unreasonable delay in the CONSULTANT's work, the City will examine all reports,
brochures and other documents and will make authorizations in writing to the CONSULTANT to
proceed with work within a reasonable time period.
C. Project Requirements
The City will furnish, at the CONSULTANT's request, such information as is needed by the
CONSULTANT to aid in the progress of the project, providing it is reasonably obtainable from
City records.
1I1
COMPENSATION AND TERMS OF PAYMENT
The City shall pay the CONSULTANT, in accordance with the terms and conditions of this contract for
basic services, as set forth in Article III A:
Professional fee $15,500.00
Reimbursable expenses (consultant travel, postage/ shipping, telephone /fax,
office support services, printing /photocopy) 4,500.00
And for additional services, as set forth in Article HI.B, subject to written approval of the City, at the
following rates;
Education verification and court/credit/motor vehicle records searches $125 per Finalist Candidate
Print media searches ( Lexis- Nexis) $ 40 per Finalist Candidate
Optional services:
Conduct of focus groups
Myers- Briggs testing
$800 per day, per Consultant involved
$200 per Candidate
Fee schedules shall be firm for the duration of this agreement.
VI. METHOD OF PAYMENT
The CONSULTANT shall submit statements for services described in three increments. One statement will
be submitted at the initiation of the recruitment process, one statement will be submitted following the
2
recommendation of candidates, and the third statement will be submitted at the conclusion of the process.
Reimbursable expenses will be itemized. The City shall pay the CONSULTANT within 30 calendar days
after receipt of such statement.
VII. TERMINATION OF THE CONTRACT
A. For Cause
If, through any cause not beyond the control of the CONSULTANT, the CONSULTANT shall fail
to fulfill in timely and proper manner the obligations under this agreement, the City shall have the
right to terminate this contract by written notice to the CONSULTANT. In this event, the
CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed.
B. For Convenience
The City may terminate this contract by giving written notice to the CONSULTANT no later than
10 calendar days before the termination date. If the City terminates the contract under this clause,
the CONSULTANT shall be entitled to just and equitable compensation for any satisfactory work
completed.
VIII. CONFLICT OF INTEREST,,
No elected official or employee of the City who exercises any responsibilities in the review, approval, or
carrying out of this contract shall participate in any decision relating to this contract which affects his or her
direct or indirect personal or financial interest.
IX. ASSIGNABILITY
The CONSULTANT shall not assign any interest in this contract and shall not transfer any interest in the
same without the prior written consent of the City.
X. TITLE TRANSFER
The products of this contract shall be the sole and exclusive property of the City. Upon completion or other
termination of this contract, and at the request of the City, the CONSULTANT shall deliver to the City
machine - reproducible copies of any and all materials pertaining to this contract. Future use of these products
(plans, specifications, and all other materials produced under this contract) by the City for different facilities
without specific adaptation by the CONSULTANT, will be at the risk of the owner.
XI. CONFIDENTIALITY
No reports, information, and/or data given to or prepared or assembled by the CONSULTANT under this
contract shall be made available to any individual or organization by the CONSULTANT without the prior
written approval of the City.
XII. INDEMNITY
The CONSULTANT shall indemnify and hold harmless the City, its employees and subcontractors from and
against any and all claims and actions, including reasonable attorney's fees, arising out of damages or
injuries to persons or tangible property to the extent they are caused by a negligent act, error, or omission of
CONSULTANT or any of its agents, subcontractors, or employees in the performance of services under this
Agreement.
XIII INSURANCE
See Attachment `B ".
XIV. ERRORS OR DEFICIENCIES
3
The CONSULTANT shall without additional compensation revise any materials prepared under this contract
if it is determined that the CONSULTANT is responsible for any errors or deficiencies.
Further, the CONSULTANT shall be responsible for costs incurred by the City, which are over and above
the costs that would have been incurred, had the error, omission or deficiency not occurred.
XV. CONTRACT PERIOD
This agreement shall, unless otherwise stated elsewhere herein, terminate upon final payment to the
Consultant. Both parties' obligations under this agreement, which by their nature are intended to continue
beyond termination or expiration of this Agreement, shall survive the termination or expiration of this
agreement.
XVI. COMPLETENESS OF THE CONTRACT
This document and any specified attachments contain all terms and conditions of this contract and any
alteration shall be invalid unless made in writing, signed by both parties, and incorporated as an amendment
to this contract. There are no understandings, representations or agreements, written or oral, other than those
incorporated herein.
IN WITNESS WHEREOF, the parties have signed this contract as of the day and year first above written.
CITY OF OSHKOSH: THE PAR GROUP
jj�� (�
BY: _ _.�o I C, P BY:
David- tek, Acting 'ityIVfar< r Signature
BY: Name: t�'e f �1 V �1(� VA2es
Title: P f e& � d m
AP Aorenson, ' VED:
C ity Attorney
Gh o
L)4in Marquardt, Ass y Finance Director
N
Attachment "A"
Executive Search Services
City of Oshkosh, Wisconsin
The (11) guarantees of our search work are explained below:
1. Client Organization: The client is defined as the entire entity, including all departments, divisions, sections
and groups. This assures that all of our guarantees apply to the entire client organization.
2. Two -Year Off Limits: We will not recruit candidates from a client organization for two years after completion
of a search assignment without the full agreement of the client.
3. Placement Off Limits Forever: We will never recruit a candidate whom we have placed in a client
organization as long as he /she is employed by that organization without the full agreement of the client.
4. Continue the Search: If, for any reason, the client does not feel comfortable selecting a candidate from our
original recommended group of candidates, we will continue the search until the client can make a selection.
The only caveat is that we may need to charge additional out -of- pocket expenses only for this additional work.
5. Replacement of Successful Candidate: If the candidate we place with the client leaves the client organization
for any reason during the 24 -month period following the date of placement with the client, we will replace the
candidate for the out -of- pocket expenses only that it costs us to make the new placement.
6. Parallel Candidate Presentation: We will not present a candidate simultaneously to more than one client. This
permits our firm to represent one client organization without any conflicts of interest.
7. Client Conflicts: If asked, we will disclose to our clients the names of the organizations which are "Off
Limits" that logically would be target organizations on the new search assignment.
8. Deceptive/Misleading Search Techniques: We commit to our clients and to our prospective candidates that we
will not use any search techniques, which may be considered as deceptive or misleading.
9. Resume Floating: We will not float resumes to organizations in the hopes that we can collect a fee if that
individual is hired.
10. Not Represent Individuals: We assure our clients and individuals who may become candidates that we will not
collect a fee from candidates whom we may recommend for a position.
11. Recommendations: We will not recommend a candidate that works for a current or former employee of the
consultant without disclosure.
5
Attachment "B"
INSURANCE REQUIREMENTS FOR
"PROFESSIONAL LIABILITY" PROVIDERS
FOR CITY OF OSHKOSH
It is hereby agreed and understood that the insurance required by the City of Oshkosh is primary coverage and that any
insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or
authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and
remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed
below whichever is longer.
1. PROFESSIONAL LIABILITY
A. Limits
$1,000,000 each claim/$ 1,000,000 annual aggregate
B. Must continue coverage for 2 years after final acceptance for service /job
2. GENERAL LIABILITY COVERAGE
A. Commercial General Liability
(a) $1,000,000 each occurrence limit
(b) $1,000,000 personal liability and advertising injury
(c) $2,000,000 general aggregate
(d) $2,000,000 products — completed operations aggregate
B. Claims made form of coverage is not acceptable.
C. Insurance must include:
(a) Premises and Operations Liability
(b) Contractual Liability
(c) Personal Injury
(d) Explosion, collapse and underground coverage
(e) Products /Completed Operations
(f) The general aggregate must apply separately to this project/location
3. BUSINESS AUTOMOBILE COVERAGE
A. $500,000 combined single limit for Bodily Injury and Property Damage each accident
B. Must cover liability for "Any Auto" - including Owned, Non -Owned and Hired
Automobile Liability
4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY — If required by Wisconsin State Statute or
any Workers Compensation Statutes of a different state.
A. Must carry coverage for Statutory Workers Compensation and an Employers Liability
limit of:
$100,000 Each Accident
$500,000 Disease Policy Limit
$100,000 Disease — Each Employee
Attachment B — Page 2
ADDITIONAL PROVISIONS
*Additional Insured — On the General Liability Coverage and Business Automobile Coverage. City of
Oshkosh and its officers council members agents employees and authorized volunteers shall be Additional
Insureds.
*Certificates of Insurance
A copy of the Certificate of Insurance must be on file with the City Clerk.
*Notice
NOTE: City of Oshkosh requires 30 day written notice of cancellation, non - renewal or material change in
the insurance coverage.
*The insurance coverage required must be provided by an insurance carrier with the `Best' rating of "A —
VII" or better. All carriers shall be admitted carriers in the State of Wisconsin.
attomey:agreements /Executive Search Firm — Revised
7
.
OP ID TD
ACORD CERTIFICATE OF LIABILITY INSURANCE
DATEIMMIDD/YYYY)
02/
PRODUCER
Service Insurance Agency
P.O. Box 1250
1655 N. Arlington Heights Road
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO $O SHALL
Arlington Heights IL 60004 -1250
Phone:847- 870 -0400 Fax:847- 870 -0562
INSURERS AFFORDING COVERAGE
NAIC#
INSURED
INSURER A: The Hartford
22357
INSURER B: Philadelphia Insurance Co
A X COMMERCIAL GENERAL LIABILITY 83SBAUP6600 12/29/07 12129108
PREMISES (Ea oocurence)
The Par Group Public Mgt LLC
Heidi Voorhees
100 North Wauke an #211
Lake Bluff IL 6DO44
INSURER C:
MED EXP (Any one person)
INSURER D:
PERSONAL & ADV INJURY
$ 1000000
INSURER E:
$ 2000000
rrrn,enACOc
_ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO $O SHALL
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
215 Church Avenue
POLICY NUMBER POLI Y EFFECTIVE POLICY EXPIRATION
uu' IN9H LTR NSR TYPE OF INSURANCE DATE MMIDDIYY DATE MM/DD/YY
LIMITS
GENERAL LIABILITY -
EACH OCCURRENCE
$ 1000000
A X COMMERCIAL GENERAL LIABILITY 83SBAUP6600 12/29/07 12129108
PREMISES (Ea oocurence)
$ 300000
CLAIMS MADE FX ] OCCUR
MED EXP (Any one person)
$ 10000
PERSONAL & ADV INJURY
$ 1000000
GENERAL AGGREGATE
$ 2000000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2000000
POLICY X SECOT- LOO
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
$ 1000000
A
ANY AUTO
83SBAUP6600
12/29/07
12/29/08
(Ea accident)
BODILY INJURY
$
ALL OWNED AUTOS
(Per person)
SCHEDULED AUTOS
BODILY INJURY
$
X
HIREDAUTOS
(Per accident)
X
NON -OWNED AUTOS
PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
EXCESSIUMBRELLA LIABILITY
EACH OCCURRENCE
$
AGGREGATE
$
OCCUR F] CLAIMS MADE
$
DEDUCTIBLE
$
RETENTION $
WORKERS COMPENSATION AND
TORY LIMITS ER
E.L. EACH ACCIDENT
$ 1000000
A
EMPLOYERS 'LIABILITY
83WECTA8248
12/29/07
12/29/08
E.L. DISEASE - EA EMPLOYEE
$ 1000000
ANY PROPRIETORIPARTNER /EXECUTIVE
OFFICER/MEMBEREXCLUDED?
E.L.'DISEASE -POLICY LIMIT
$ 1000000
If yes, describe under
SPECIAL PROVISIONS below
OTHER
B
Professional Liab
PHSD230438
12/29/07
12/29/08
Claim
1,000,000
Aggregate
1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
Certificate includes additional insured with respects to general liability
per written contract: City of Oshkosh, and its officers, council
members,agents,employees,and authorized volunteers.
PCDTICW'ATC Unl nP0 CANCELLATION
CITYOFO
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
Ci of Oshkosh
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO $O SHALL
P.O. BOX 1130
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
215 Church Avenue
Oshkosh WI 54903
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
Vince Smith
ACORD 25 (2001108) WP%1 Wnu 6 Wmr wV 11V1� iaov