Loading...
HomeMy WebLinkAboutEnvironmental Innovations Inc; 2025-05-07; PSA25-3784ENVPSA25-3784ENV City Attorney Approved Version 5/22/2024 Page 2 AGREEMENT FOR GREEN BUSINESS NETWORK PROGRAM COORDINATOR ENVIRONMENTAL INNOVATIONS, INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2025, by and between the City of Carlsbad, California, a municipal corporation ("City") and Environmental Innovations, Inc., a California corporation ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in Green Business Network Program Coordination. B. Contractor has the necessary experience in providing professional services and advice related to Green Business Network Program Coordination. C. Carlsbad Municipal Code Section 3.28.100 (Cooperative Purchasing) provides that the purchasing officer may buy directly from a vendor at a price established by another public agency when the other agency has made their purchase in a competitive manner (i.e., piggyback). D. The County of San Mateo entered into an agreement with Contractor on November 9, 2021, which issued Request for Proposals dated August 23, 2021, for Green Business Program Coordination. E. Contractor has agreed to extend the same pricing in the County of San Mateo Green Business Program Coordinator agreement, to the City of Carlsbad. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are described and delineated in the Agreement with the County of San Mateo provided in its entirety as Exhibit "A" and incorporated by this reference, and the Contractor’s proposal provided in as Exhibit “B.” To the extent that any of the terms in Exhibit “A”, including any exhibits, conflict with the terms of this Agreement, in whole or in part, the terms of this Agreement control. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective from the date first above written to June 30, 2026. The City Manager may amend the Agreement or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed Sixty thousand ($60,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 May 7th PSA25-3784ENV City Attorney Approved Version 5/22/2024 Page 3 shall not exceed Sixty thousand ($60,000) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A." Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." 5. CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification- subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 PSA25-3784ENV City Attorney Approved Version 5/22/2024 Page 4 7. INDEMNIFICATION Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s performance as a “design professional” (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code Section 2782.8, which is fully incorporated herein, Contractor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor, and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability for such claim, including the cost to defend, shall not exceed the Contractor’s proportionate percentage of fault. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 8. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 8.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 8.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 8.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 PSA25-3784ENV City Attorney Approved Version 5/22/2024 Page 5 8.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 8.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 8.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 8.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 8.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 8.2.3 If Contractor maintains higher limits than the minimums shown above, the City requires and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage will be available to the City. 8.2.4 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 8.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 8.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 8.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 9. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 10. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of four (4) years from the date of final payment under this Agreement. Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 PSA25-3784ENV City Attorney Approved Version 5/22/2024 Page 6 11. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City For Contractor Name Katie Hentrich Name Josephine Fleming Title Senior Program Manager Title Executive Director Department Public Works Address 307 Laguna St. City of Carlsbad Santa Cruz, CA 95060 Address 1635 Faraday Ave Phone No. (831) 706-7384 Carlsbad, CA 92008 Email jofleming@environmentalin.com Phone No. 442-339-2623 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 12. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests as required in the City of Carlsbad Conflict of Interest Code. Yes ☐ No ☒ If yes, list the contact information below for all individuals required to file: Name Email Phone Number 13. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 14. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 PSA25-3784ENV City Attorney Approved Version 5/22/2024 Page 7 may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering Thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 15. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 16. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 17. JURISDICTION AND VENUE This Agreement shall be interpreted in accordance with the laws of the State of California. Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 PSA25-3784ENV City Attorney Approved Version 5/22/2024 Page 8 18. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 19. THIRD PARTY RIGHTS Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. 20. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may be executed in counterparts. 21. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. [signatures on following page] Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 PSA25-3784ENV City Attorney Approved Version 5/22/2024 Page 9 CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California ENVIRONMENTAL INNOVATIONS, INC., a California corporation By: By: (sign here) Sheila Cobian, Assistant City Manager, as authorized by the City Manager Josephine Fleming, President and Secretary (print name/title) ATTEST: By: SHERRY FREISINGER, City Clerk (sign here) By: Director of Constituent & Clerk Services (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney By: _____________________________ Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 AMENDMENT TO AGREEMENT BETWEEN THE COUNTY OF SAN MATEO AND ENVIRONMENTAL INNOVATIONS, INC. THIS AMENDMENT TO THE AGREEMENT, entered into this 8th day of October 2024, by and between the COUNTY OF SAN MATEO, hereinafter called "County," and Environmental Innovations, Inc., hereinafter called "Contractor"; W I T N E S S E T H: WHEREAS, pursuant to Government Code, Section 31000, County may contract with independent contractors for the furnishing of such services to or for County or any Department thereof; WHEREAS, the parties entered into an Agreement for San Mateo County Green Business Program services on November 9, 2021; and WHEREAS, the parties amended the Agreement to expand certification outreach efforts with Amendment #1 on August 3, 2022; and WHEREAS, the parties wish to further amend the Agreement (Amendment #2) to extend the term and increase the not to exceed amount to One Million One Hundred and Thirty Thousand Dollars ($1,130,000) to continue implementing the Green Business Program. NOW, THEREFORE, IT IS HEREBY AGREED BY THE PARTIES HERETO AS FOLLOWS: 1.Section 3 Payments of the agreement is amended to read as follows: In consideration of the services provided by Contractor in accordance with all terms, conditions, and specifications set forth in this Agreement and in Exhibit A, County shall make payment to Contractor based on the rates and in the manner specified in Exhibit B. County reserves the right to withhold payment if County determines that the quantity or quality of the work performed is unacceptable. In no event shall County’s total fiscal obligation under this Agreement exceed One Million One Hundred and Thirty Thousand Dollars ($1,130,000). In the event that the County makes any advance payments, Contractor agrees to refund any amounts in excess of the amount owed by the County at the time of contract termination or expiration. Contractor is not entitled to payment for work not performed as required by this agreement. 2.Section 4 Term of the agreement is amended to read as follows: Subject to compliance with all terms and conditions, the term of this Agreement shall be from November 9, 2021, through November 8, 2026. 3.Section 17 Notices of the agreement is amended to read as follows: Any notice, request, demand, or other communication required or permitted under this Agreement shall be deemed to be properly given when both: (1) transmitted via email to the email address listed below; and (2) sent to the physical address listed below by either being deposited in the United States mail, PSA25-3748ENV Exhibit "A" Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 postage prepaid, or deposited for overnight delivery, charges prepaid, with an established overnight courier that provides a tracking number showing confirmation of receipt. In the case of County, to: Name/Title: Matthew Goldberg, Sustainability Specialist Address: Sustainability Department 455 County Center, 4th Floor Redwood City, CA 94063 Telephone: (650) 599-1468 Email: mgoldberg@smcgov.org In the case of Contractor, to: Name/Title: Josephine Fleming Address: 307 Laguna Street Santa Cruz, CA 95060 Telephone: (831) 706-7384 Email: jofleming@environmentalin.com 4. Original Exhibit A is replaced with Revised Exhibit A, (rev. 10/08/2024). 5. Original Exhibit B is replaced with Revised Exhibit B, (rev. 10/08/2024). 6. All other terms and conditions of the agreement dated November 9, 2021 between the County and Contractor shall remain in full force and effect. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 In witness of and in agreement with this Agreement’s terms, the parties, by their duly authorized representatives, affix their respective signatures: For Contractor: Environmental Innovations, Inc. _____________________________ Contractor Signature _______________ Date ___________________________ Contractor Name (please print) For County: COUNTY OF SAN MATEO By: President, Board of Supervisors, San Mateo County Date: ATTEST: By: Clerk of Said Board 9/10/2024 Josephine Fleming, President Resolution No. 080696 Vice October 8, 2024 PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Exhibit A – Services (Rev. 10/08/2024) In consideration of the payments set forth in Exhibit B, Contractor shall provide the following services: Contractor will coordinate the San Mateo County Green Business Program. The program is part of a statewide Green Business Certification Program and is conducted using the certification process, and database managed by the California Green Business Network (CAGBN). The primary population served by this program consists of small and medium sized businesses as defined by the California Green Business Program in San Mateo County. However, nonprofits, faith-based organizations and government offices are also eligible for services. Larger businesses may be served by the program on a case-by- case basis. Scope of work shall include the items listed below. Contractor is expected to achieve a minimum of 50 certifications per year. Task 1: Coordinate San Mateo County Green Business Program. Coordination of the San Mateo County Green Business Program (Program) includes assisting businesses to complete Green Business Entry Level Recognition, Full Certification, Innovator Tier, or Recertification. Contractor will ensure businesses have a positive experience and receive actionable technical support and will be expected to effectively build rapport with owners of a wide variety of businesses that reflect the demographic diversity of San Mateo County. Contractor will maintain expert working knowledge of the California Green Business Program and best practices and assess and recommend advantageous regional or state collaborations. Contractor will employ strategies to service small and medium sized businesses in socially vulnerable and low-income communities and will endeavor to make the program as inclusive and accessible as possible to serve the population of San Mateo County. Task includes: 1.1. Technical Assistance for Full Certification and Entry Level Recognition: Provide customized sustainability consulting to assist businesses in completing the actions needed to achieve full certification, recertification, or Entry Level recognition using the California Green Business database platform. The Entry Level Recognition level of the Program brings businesses through a subset of the most impactful and cost-saving sustainability measures. Businesses are encouraged to continue their pathway towards full business certification. Contractor will conduct research to assist businesses to find suitable replacement products and services to meet their sustainability goals, as needed. Contractor will continue to provide Spanish language services, will build Chinese language services, and continue to work with the County to provide equitable access to business-owners who speak languages other than English. This will be achieved through efforts including use of bilingual staff and/or community-based organization (CBO) partnerships. 1.2. Contractor will assist all businesses to access appropriate rebates and incentives and conduct virtual or in person visits. 1.3. Administer Financial Incentives: Contractor will administer financial incentives in accordance with the guidelines established by the County. The purpose of the program is to help businesses in socially vulnerable and low-income communities achieve Entry Level Recognition or Full PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Certification. Financial incentives shall be prioritized in socially vulnerable and low-income communities and may be used to support climate resilience, and other County goals with prior approval from the County. Incentives may be distributed as prebates (i.e., pre-purchase conducted by contractor), rebates (i.e. reimbursement to business for approved expenses), or bulk purchases of commonly needed items for distribution to participating businesses. Contractor will distribute and track financial incentives per County guidelines. 1.4. Coordination with relevant agencies and organizations: Partner with County and City government programs, environmental agencies, local organizations, and service providers to recruit and service businesses. As needed, acquaint businesses with agencies specific and pertinent to the County of San Mateo and their resources and requirements. 1.5. Equity and inclusion: Operationalize equity and inclusion improvements into the Program. Assist with improving program inclusiveness, accessibility, and responsiveness. The program will continue to incorporate equity goals as directed by the County. This may include changes to program practices, development of new culturally and linguistically appropriate approaches, approaches to increase accessibility for business owners with disabilities, pilot projects and/or other approaches. 1.6. Climate resilience: Identify opportunities to increase business participation in the optional climate resilience measures. The purpose is to reduce the impact of heat, smoke, flooding, and other climate-related impacts on businesses. The contractor will: research best practices, incorporate feedback from businesses, align with existing County and State initiatives, and pilot approaches to increase business awareness of the climate resilience measures. Contractor will track and report on business participation and the results of implementing these resilience measures according to County guidelines. Deliverables: • A minimum of 50 Certifications annually including: o Re-certifications o New Full Certifications o Entry Level • Spanish and other language materials updated as needed. • A minimum of 30% of businesses certified each year must be in County identified vulnerable communities and/or owned by a member of a historically disadvantaged community. • A minimum of 20 businesses shall receive financial incentives annually. • A minimum of 25 businesses shall receive climate resilience assistance annually. Task 2: Conduct Outreach, Recruitment and Marketing to Serve San Mateo County Business Owners. Task includes: 2.1. Conduct one-to-one direct business outreach and tailored events designed to enroll prospects into the program: Develop and implement outreach and recruitment methods to build a robust pipeline of prospects from all County regions. Assure culturally and linguistically appropriate and disability accessible outreach and recruitment tailored to different audiences. Inform businesses about available rebates, prebates, and incentives, and how they might use them PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 advantageously. Contractor may purchase promotional giveaways with a focus on sample sustainable products that are useful to businesses and may include items that support business resilience. 2.2. Conduct marketing activities: Successfully recruit businesses to learn more about the program and help businesses promote their certification accomplishments. Contractor shall conduct or subcontract online and social media marketing in English, Spanish, other languages such as Mandarin, and disability accessible marketing. Assist completed businesses with any marketing benefits they may be eligible to receive. Update website content and develop social media posts in languages needed. Send regular email newsletters to list of Green Businesses, prospects and interested parties. Maintain email list and draft newsletters on Mailchimp. Leverage Program branding, update marketing collateral provided by the California Green Business Network, which may include branded signage for Green Businesses, in languages needed. 2.3. Increase consumer awareness of Program: Develop strategies for increasing consumer awareness and interest in doing business with certified businesses. Conduct research, pilot approaches, and refine strategies. Utilize funds for consumer incentives, such as coupons, drawing prizes, or other strategies. 2.4. Conduct culturally and linguistically competent and inclusive prospect engagement and provision of business services in socially vulnerable and low-income neighborhoods. Manage community-based partnership subcontracts and/or assign qualified contractor staff. Subtasks include: • Community partner administration and management: o Contractor will manage solicitation, enter into contracts with community-based partners, and manage timely payments to partners. o Manage partnerships and conduct training as needed. o Administer funds for community-based partnerships. • Community-based outreach activities, such as: o Identify and engage prospect businesses in socially vulnerable communities and low- income neighborhoods. o Conduct virtual or onsite interviews to educate the business on becoming an Entry Level participant and how they could apply available prebate and rebate funds. o Provide relationship-management and engagement to assist CBO subcontractor staff to certify businesses, or with adequate training and supervision, certify businesses. o Provide culturally and linguistically competent and disability accessible community engagement. Deliverables: • Direct outreach to at least 300 businesses per year, including approximately 150 businesses in socially vulnerable and low-income communities, and 25 businesses in unincorporated areas of the County. • A minimum of 4 virtual or in person events, including in languages other than English. • Social media posts featuring businesses that complete Full Certification or Recertification and group highlights for Entry Level businesses. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 • Marketing/recruitment presentations at established meetings such as Chamber of Commerce or community meetings. • Online and presentation materials with text captions or verbally presented descriptions of images for participants with visual impairments. Task 3: Project Management, Reporting, and Billing Task includes: 3.1. Contractor will practice effective and responsive project management, communication, invoicing, and reporting. Provide strong project management of contractor teams and sub- contractors, if any, and coordinate internally to ensure the project goals, timeline, and budget requirements are met. Monitor effectiveness of approaches measured in new inquiries, registrations and/or certifications for the program. Recommend adjustments to improve overall program performance. 3.2. Contractor will provide monthly reports on the activities of the program, including tasks accomplished, status of deliverables, number of businesses contacted, numbers certified in general and for businesses meeting equity status, as well as successes and challenges. The reports will also review progress to date and update plans for scheduling and completing deliverables. Contractor will also provide a final report summarizing collected business metrics and program developments to include greenhouse gas emissions reduction, waste diversion and resource conservation impact of the program and recommendations for improving performance. Each report will include demographic and geographic data about businesses currently in and being engaged by the Program, as directed by County. Deliverables: • Monthly reports and a Year End report • Collection of demographics, geographic, and sustainability data • Data requests and reporting on specific deliverables as requested by the County. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Exhibit B – Rates and Payments (Rev. 10/08/2024) In consideration of the services provided by Contractor described in Exhibit A and subject to the terms of the Agreement, County shall pay Contractor based on the following fee schedule and terms. The County shall have the right to withhold payment if the County determines that the quantity and/or quality of the work performed is unacceptable. Billable hourly rates will not increase for the duration of this agreement without prior approval from the County. Pursuant to Section 3 of the Agreement, County’s total payments for services shall not exceed $1,130,000. Contractor understands and agrees that indirect costs (including overhead) are not reimbursable under this Agreement, and that Contractor shall not submit such costs for reimbursement. All invoiced costs are limited solely to those listed and explained in this Exhibit B. Contractor will submit detailed monthly invoices to the County based on deliverables outlined in Exhibit A. All invoices must include: A. Company letterhead B. Current remittance address C. Agreement/Contract # D. Task order # (if applicable) E. Invoice # F. Invoice date G. Total cost H. Amount owing I. Amount previously billed J. Amount remaining on agreement Contractor shall provide supporting documents concurrently upon invoice submittal, adequate to substantiate the charges. Adequate supporting documents include, but are not limited to: deliverable documents, payroll registers, timesheets, detailed invoices, inspection certificates, activity/participant logs, applicant forms, acceptance letters, survey forms, authorized travel/expense forms, service acknowledgment forms, etc. The types of supporting documents required to verify information on invoices depends on the specified contracted services and, if applicable, costs to be reimbursed. The County reserves the right to withhold payment on invoices until Contractor provides adequate supporting documents. The adequacy of supporting documentation is in the sole discretion of the County. Timesheets must include at a minimum, employee name, job title, date of hours worked, task hours are applied to, hourly rate, number of hours worked per date, total dollar value per day per employee. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 San Mateo County Green Business Program Project Schedule and Budget Activities Staff Hourly Rate Annual Hours Annual Personnel Costs Other Expenses Annual Budget Total 2 Yr Budget Task 1: Technical Assistance for Certification & Efficiency Level Program Coordinator Bryton Mays $100 900 $90,000 $90,000 $180,000 Program Manager Lawrence Nussbaum $120 170 $20,400 $20,400 $40,800 Financial Incentives $15,000 $15,000 $30,000 Subtotal Task 1 1070 $110,400 $15,000 $125,400 $250,800 Task 2: Outreach, Recruitment & Marketing Program Coordinator Bryton Mays $100 336 $33,600 $33,600 $67,200 Program Manager Lawrence Nussbaum $120 95 $11,400 $11,400 $22,800 Marketing Staff Anna Hirst, Saburi Sai, Dharma Bartram $100 190 $19,000 $19,000 $38,000 Marketing and Promotions $7,960 $7,960 $15,920 CBO (or Staff) Funding $20,000 $20,000 $40,000 Subtotal Task 2 621 $64,000 $27,960 $91,960 $183,920 Task 3: Project Management, Reporting & Billing Program Coordinator Bryton Mays $100 24 $2,400 $2,400 $4,800 Program Manager Lawrence Nussbaum $120 42 $5,040 $5,040 $10,080 Finance Team Liz Sullivan, Sharon Green $100 12 $1,200 $1,200 $2,400 Subtotal Task 3 78 $8,640 $8,640 $17,280 PROJECT TOTAL 1769 $183,040 $42,960 $226,000 $452,000 PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Agreement No. __________________________ AGREEMENT BETWEEN THE COUNTY OF SAN MATEO AND ENVIRONMENTAL INNOVATIONS, INC. This Agreement is entered into this 9th day of November, 2021, by and between the County of San Mateo, a political subdivision of the state of California, hereinafter called “County,” and Environmental Innovations, Inc., hereinafter called “Contractor.” * * * Whereas, pursuant to Section 31000 of the California Government Code, County may contract with independent contractors for the furnishing of such services to or for County or any Department thereof; and Whereas, it is necessary and desirable that Contractor be retained for the purpose of coordination, technical implementation, and inclusive engagement of the County of San Mateo Green Business Program. Now, therefore, it is agreed by the parties to this Agreement as follows: 1.Exhibits and Attachments The following exhibits and attachments are attached to this Agreement and incorporated into this Agreement by this reference: Exhibit A—Services Exhibit B—Payments and Rates Attachment I—§ 504 Compliance Attachment IP – Intellectual Property 2.Services to be performed by Contractor In consideration of the payments set forth in this Agreement and in Exhibit B, Contractor shall perform services for County in accordance with the terms, conditions, and specifications set forth in this Agreement and in Exhibit A. 3. Payments In consideration of the services provided by Contractor in accordance with all terms, conditions, and specifications set forth in this Agreement and in Exhibit A, County shall make payment to Contractor based on the rates and in the manner specified in Exhibit B. County reserves the right to withhold payment if County determines that the quantity or quality of the work performed is unacceptable. In no event shall County’s total fiscal obligation under this Agreement exceed Six Hundred and Seventy-Eight Thousand Dollars ($678,000). In the event that the County makes any advance payments, Contractor agrees to refund any amounts in excess of the Resolution No. 078509 PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 amount owed by the County at the time of contract termination or expiration. Contractor is not entitled to payment for work not performed as required by this agreement. 4. Term Subject to compliance with all terms and conditions, the term of this Agreement shall be from November 9, 2021, through November 8, 2024. The County shall have two options to extend the term for an additional period of one year under the same terms as set forth herein. In order to exercise such option, the County shall provide written notice to Contractor at least 30 days prior to the expiration of the term then in effect. 5. Termination This Agreement may be terminated by Contractor or by the Director or the Director’s designee at any time without a requirement of good cause upon thirty (30) days’ advance written notice to the other party. Subject to availability of funding, Contractor shall be entitled to receive payment for work/services provided prior to termination of the Agreement. Such payment shall be that prorated portion of the full payment determined by comparing the work/services actually completed to the work/services required by the Agreement. County may terminate this Agreement or a portion of the services referenced in the Attachments and Exhibits based upon the unavailability of Federal, State, or County funds by providing written notice to Contractor as soon as is reasonably possible after County learns of said unavailability of outside funding. County may terminate this Agreement for cause. In order to terminate for cause, County must first give Contractor notice of the alleged breach. Contractor shall have five business days after receipt of such notice to respond and a total of ten calendar days after receipt of such notice to cure the alleged breach. If Contractor fails to cure the breach within this period, County may immediately terminate this Agreement without further action. The option available in this paragraph is separate from the ability to terminate without cause with appropriate notice described above. In the event that County provides notice of an alleged breach pursuant to this section, County may, in extreme circumstances, immediately suspend performance of services and payment under this Agreement pending the resolution of the process described in this paragraph. County has sole discretion to determine what constitutes an extreme circumstance for purposes of this paragraph, and County shall use reasonable judgment in making that determination. 6. Contract Materials At the end of this Agreement, or in the event of termination, all finished or unfinished documents, data, studies, maps, photographs, reports, and other written materials (collectively referred to as “contract materials”) prepared by Contractor under this Agreement shall become the property of County and shall be promptly delivered to County. Upon termination, Contractor may make and retain a copy of such contract materials if permitted by law. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 7. Relationship of Parties Contractor agrees and understands that the work/services performed under this Agreement are performed as an independent contractor and not as an employee of County and that neither Contractor nor its employees acquire any of the rights, privileges, powers, or advantages of County employees. 8. Hold Harmless a. General Hold Harmless Contractor shall indemnify and save harmless County and its officers, agents, employees, and servants from all claims, suits, or actions of every name, kind, and description resulting from this Agreement, the performance of any work or services required of Contractor under this Agreement, or payments made pursuant to this Agreement brought for, or on account of, any of the following: (A) injuries to or death of any person, including Contractor or its employees/officers/agents; (B) damage to any property of any kind whatsoever and to whomsoever belonging; (C) any sanctions, penalties, or claims of damages resulting from Contractor’s failure to comply, if applicable, with the requirements set forth in the Health Insurance Portability and Accountability Act of 1996 (HIPAA) and all Federal regulations promulgated thereunder, as amended; or (D) any other loss or cost, including but not limited to that caused by the concurrent active or passive negligence of County and/or its officers, agents, employees, or servants. However, Contractor’s duty to indemnify and save harmless under this Section shall not apply to injuries or damage for which County has been found in a court of competent jurisdiction to be solely liable by reason of its own negligence or willful misconduct. The duty of Contractor to indemnify and save harmless as set forth by this Section shall include the duty to defend as set forth in Section 2778 of the California Civil Code. b. Intellectual Property Indemnification Contractor hereby certifies that it owns, controls, and/or licenses and retains all right, title, and/or interest in and to any intellectual property it uses in relation to this Agreement, including the design, look, feel, features, source code, content, and/or other technology relating to any part of the services it provides under this Agreement and including all related patents, inventions, trademarks, and copyrights, all applications therefor, and all trade names, service marks, know how, and trade secrets (collectively referred to as “IP Rights”) except as otherwise noted by this Agreement. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Contractor warrants that the services it provides under this Agreement do not infringe, violate, trespass, or constitute the unauthorized use or misappropriation of any IP Rights of any third party. Contractor shall defend, indemnify, and hold harmless County from and against all liabilities, costs, damages, losses, and expenses (including reasonable attorney fees) arising out of or related to any claim by a third party that the services provided under this Agreement infringe or violate any third-party’s IP Rights provided any such right is enforceable in the United States. Contractor’s duty to defend, indemnify, and hold harmless under this Section applies only provided that: (a) County notifies Contractor promptly in writing of any notice of any such third-party claim; (b) County cooperates with Contractor, at Contractor’s expense, in all reasonable respects in connection with the investigation and defense of any such third-party claim; (c) Contractor retains sole control of the defense of any action on any such claim and all negotiations for its settlement or compromise (provided Contractor shall not have the right to settle any criminal action, suit, or proceeding without County’s prior written consent, not to be unreasonably withheld, and provided further that any settlement permitted under this Section shall not impose any financial or other obligation on County, impair any right of County, or contain any stipulation, admission, or acknowledgement of wrongdoing on the part of County without County’s prior written consent, not to be unreasonably withheld); and (d) should services under this Agreement become, or in Contractor’s opinion be likely to become, the subject of such a claim, or in the event such a third party claim or threatened claim causes County’s reasonable use of the services under this Agreement to be seriously endangered or disrupted, Contractor shall, at Contractor’s option and expense, either: (i) procure for County the right to continue using the services without infringement or (ii) replace or modify the services so that they become non-infringing but remain functionally equivalent. Notwithstanding anything in this Section to the contrary, Contractor will have no obligation or liability to County under this Section to the extent any otherwise covered claim is based upon: (a) any aspects of the services under this Agreement which have been modified by or for County (other than modification performed by, or at the direction of, Contractor) in such a way as to cause the alleged infringement at issue; and/or (b) any aspects of the services under this Agreement which have been used by County in a manner prohibited by this Agreement. The duty of Contractor to indemnify and save harmless as set forth by this Section shall include the duty to defend as set forth in Section 2778 of the California Civil Code. 9. Assignability and Subcontracting Contractor shall not assign this Agreement or any portion of it to a third party or subcontract with a third party to provide services required by Contractor under this Agreement without the prior written consent of County. Any such assignment or subcontract without County’s prior written consent shall give County the right to automatically and immediately terminate this Agreement without penalty or advance notice. 10. Insurance a. General Requirements PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Contractor shall not commence work or be required to commence work under this Agreement unless and until all insurance required under this Section has been obtained and such insurance has been approved by County’s Risk Management, and Contractor shall use diligence to obtain such insurance and to obtain such approval. Contractor shall furnish County with certificates of insurance evidencing the required coverage, and there shall be a specific contractual liability endorsement extending Contractor’s coverage to include the contractual liability assumed by Contractor pursuant to this Agreement. These certificates shall specify or be endorsed to provide that thirty (30) days’ notice must be given, in writing, to County of any pending change in the limits of liability or of any cancellation or modification of the policy. b. Workers’ Compensation and Employer’s Liability Insurance Contractor shall have in effect during the entire term of this Agreement workers’ compensation and employer’s liability insurance providing full statutory coverage. In signing this Agreement, Contractor certifies, as required by Section 1861 of the California Labor Code, that (a) it is aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of the Labor Code, and (b) it will comply with such provisions before commencing the performance of work under this Agreement. c. Liability Insurance Contractor shall take out and maintain during the term of this Agreement such bodily injury liability and property damage liability insurance as shall protect Contractor and all of its employees/officers/agents while performing work covered by this Agreement from any and all claims for damages for bodily injury, including accidental death, as well as any and all claims for property damage which may arise from Contractor’s operations under this Agreement, whether such operations be by Contractor, any subcontractor, anyone directly or indirectly employed by either of them, or an agent of either of them. Such insurance shall be combined single limit bodily injury and property damage for each occurrence and shall not be less than the amounts specified below: (a) Comprehensive General Liability… $1,000,000 (b) Motor Vehicle Liability Insurance… $1,000,000 County and its officers, agents, employees, and servants shall be named as additional insured on any such policies of insurance, which shall also contain a provision that (a) the insurance afforded thereby to County and its officers, agents, employees, and servants shall be primary insurance to the full limits of liability of the policy and (b) if the County or its officers, agents, employees, and servants have other insurance against the loss covered by such a policy, such other insurance shall be excess insurance only. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 In the event of the breach of any provision of this Section, or in the event any notice is received which indicates any required insurance coverage will be diminished or canceled, County, at its option, may, notwithstanding any other provision of this Agreement to the contrary, immediately declare a material breach of this Agreement and suspend all further work and payment pursuant to this Agreement. 11. Compliance With Laws All services to be performed by Contractor pursuant to this Agreement shall be performed in accordance with all applicable Federal, State, County, and municipal laws, ordinances, and regulations, including but not limited to the Health Insurance Portability and Accountability Act of 1996 (HIPAA) and the Federal Regulations promulgated thereunder, as amended (if applicable), the Business Associate requirements set forth in Attachment H (if attached), the Americans with Disabilities Act of 1990, as amended, and Section 504 of the Rehabilitation Act of 1973, which prohibits discrimination on the basis of disability in programs and activities receiving any Federal or County financial assistance. Such services shall also be performed in accordance with all applicable ordinances and regulations, including but not limited to appropriate licensure, certification regulations, provisions pertaining to confidentiality of records, and applicable quality assurance regulations. In the event of a conflict between the terms of this Agreement and any applicable State, Federal, County, or municipal law or regulation, the requirements of the applicable law or regulation will take precedence over the requirements set forth in this Agreement. Further, Contractor certifies that it and all of its subcontractors will adhere to all applicable provisions of Chapter 4.107 of the San Mateo County Ordinance Code, which regulates the use of disposable food service ware. Accordingly, Contractor shall not use any non-recyclable plastic disposable food service ware when providing prepared food on property owned or leased by the County and instead shall use biodegradable, compostable, reusable, or recyclable plastic food service ware on property owned or leased by the County. Contractor will timely and accurately complete, sign, and submit all necessary documentation of compliance. 12. Non-Discrimination and Other Requirements a. General Non-discrimination No person shall be denied any services provided pursuant to this Agreement (except as limited by the scope of services) on the grounds of race, color, national origin, ancestry, age, disability (physical or mental), sex, sexual orientation, gender identity, marital or domestic partner status, religion, political beliefs or affiliation, familial or parental status (including pregnancy), medical condition (cancer-related), military service, or genetic information. b. Equal Employment Opportunity PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Contractor shall ensure equal employment opportunity based on objective standards of recruitment, classification, selection, promotion, compensation, performance evaluation, and management relations for all employees under this Agreement. Contractor’s equal employment policies shall be made available to County upon request. c. Section 504 of the Rehabilitation Act of 1973 Contractor shall comply with Section 504 of the Rehabilitation Act of 1973, as amended, which provides that no otherwise qualified individual with a disability shall, solely by reason of a disability, be excluded from the participation in, be denied the benefits of, or be subjected to discrimination in the performance of any services this Agreement. This Section applies only to contractors who are providing services to members of the public under this Agreement. d. Compliance with County’s Equal Benefits Ordinance Contractor shall comply with all laws relating to the provision of benefits to its employees and their spouses or domestic partners, including, but not limited to, such laws prohibiting discrimination in the provision of such benefits on the basis that the spouse or domestic partner of the Contractor’s employee is of the same or opposite sex as the employee. e. Discrimination Against Individuals with Disabilities The nondiscrimination requirements of 41 C.F.R. 60-741.5(a) are incorporated into this Agreement as if fully set forth here, and Contractor and any subcontractor shall abide by the requirements of 41 C.F.R. 60–741.5(a). This regulation prohibits discrimination against qualified individuals on the basis of disability and requires affirmative action by covered prime contractors and subcontractors to employ and advance in employment qualified individuals with disabilities. f. History of Discrimination Contractor certifies that no finding of discrimination has been issued in the past 365 days against Contractor by the Equal Employment Opportunity Commission, the California Department of Fair Employment and Housing, or any other investigative entity. If any finding(s) of discrimination have been issued against Contractor within the past 365 days by the Equal Employment Opportunity Commission, the California Department of Fair Employment and Housing, or other investigative entity, Contractor shall provide County with a written explanation of the outcome(s) or remedy for the discrimination prior to execution of this Agreement. Failure to comply with this Section shall constitute a material breach of this Agreement and subjects the Agreement to immediate termination at the sole option of the County. g. Reporting; Violation of Non-discrimination Provisions Contractor shall report to the County Manager the filing in any court or with any administrative agency of any complaint or allegation of discrimination on any of the bases prohibited by this Section of the Agreement or the Section titled “Compliance with Laws”. Such duty shall include reporting of the filing of any and all charges with the Equal Employment Opportunity Commission, the California Department of Fair Employment and Housing, or any other entity PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 charged with the investigation or adjudication of allegations covered by this subsection within 30 days of such filing, provided that within such 30 days such entity has not notified Contractor that such charges are dismissed or otherwise unfounded. Such notification shall include a general description of the circumstances involved and a general description of the kind of discrimination alleged (for example, gender-, sexual orientation-, religion-, or race-based discrimination). Violation of the non-discrimination provisions of this Agreement shall be considered a breach of this Agreement and subject the Contractor to penalties, to be determined by the County Manager, including but not limited to the following: i. termination of this Agreement; ii. disqualification of the Contractor from being considered for or being awarded a County contract for a period of up to 3 years; iii. liquidated damages of $2,500 per violation; and/or iv. imposition of other appropriate contractual and civil remedies and sanctions, as determined by the County Manager. To effectuate the provisions of this Section, the County Manager shall have the authority to offset all or any portion of the amount described in this Section against amounts due to Contractor under this Agreement or any other agreement between Contractor and County. h. Compliance with Living Wage Ordinance As required by Chapter 2.88 of the San Mateo County Ordinance Code, Contractor certifies all contractor(s) and subcontractor(s) obligated under this contract shall fully comply with the provisions of the County of San Mateo Living Wage Ordinance, including, but not limited to, paying all Covered Employees the current Living Wage and providing notice to all Covered Employees and Subcontractors as required under the Ordinance. 13. Compliance with County Employee Jury Service Ordinance Contractor shall comply with Chapter 2.85 of the County’s Ordinance Code, which states that Contractor shall have and adhere to a written policy providing that its employees, to the extent they are full-time employees and live in San Mateo County, shall receive from the Contractor, on an annual basis, no fewer than five days of regular pay for jury service in San Mateo County, with jury pay being provided only for each day of actual jury service. The policy may provide that such employees deposit any fees received for such jury service with Contractor or that the Contractor may deduct from an employee’s regular pay the fees received for jury service in San Mateo County. By signing this Agreement, Contractor certifies that it has and adheres to a policy consistent with Chapter 2.85. For purposes of this Section, if Contractor has no employees in San Mateo County, it is sufficient for Contractor to provide the following written statement to County: “For purposes of San Mateo County’s jury service ordinance, Contractor certifies that it has no full-time employees who live in San Mateo County. To the extent that it hires any such employees during the term of its Agreement with San Mateo County, Contractor shall adopt a policy that complies with Chapter 2.85 of the County’s Ordinance Code.” The requirements of Chapter 2.85 do not apply unless this Agreement’s total value listed in the PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Section titled “Payments”, exceeds two-hundred thousand dollars ($200,000); Contractor acknowledges that Chapter 2.85’s requirements will apply if this Agreement is amended such that its total value exceeds that threshold amount. 14. Retention of Records; Right to Monitor and Audit (a) Contractor shall maintain all required records relating to services provided under this Agreement for three (3) years after County makes final payment and all other pending matters are closed, and Contractor shall be subject to the examination and/or audit by County, a Federal grantor agency, and the State of California. (b) Contractor shall comply with all program and fiscal reporting requirements set forth by applicable Federal, State, and local agencies and as required by County. (c) Contractor agrees upon reasonable notice to provide to County, to any Federal or State department having monitoring or review authority, to County’s authorized representative, and/or to any of their respective audit agencies access to and the right to examine all records and documents necessary to determine compliance with relevant Federal, State, and local statutes, rules, and regulations, to determine compliance with this Agreement, and to evaluate the quality, appropriateness, and timeliness of services performed. 15. Merger Clause; Amendments This Agreement, including the Exhibits and Attachments attached to this Agreement and incorporated by reference, constitutes the sole Agreement of the parties to this Agreement and correctly states the rights, duties, and obligations of each party as of this document’s date. In the event that any term, condition, provision, requirement, or specification set forth in the body of this Agreement conflicts with or is inconsistent with any term, condition, provision, requirement, or specification in any Exhibit and/or Attachment to this Agreement, the provisions of the body of the Agreement shall prevail. Any prior agreement, promises, negotiations, or representations between the parties not expressly stated in this document are not binding. All subsequent modifications or amendments shall be in writing and signed by the parties. 16. Controlling Law; Venue The validity of this Agreement and of its terms, the rights and duties of the parties under this Agreement, the interpretation of this Agreement, the performance of this Agreement, and any other dispute of any nature arising out of this Agreement shall be governed by the laws of the State of California without regard to its choice of law or conflict of law rules. Any dispute arising out of this Agreement shall be venued either in the San Mateo County Superior Court or in the United States District Court for the Northern District of California. 17. Notices Any notice, request, demand, or other communication required or permitted under this Agreement shall be deemed to be properly given when both: (1) transmitted via email to the email address listed below; and (2) sent to the physical address listed below by either being PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 deposited in the United States mail, postage prepaid, or deposited for overnight delivery, charges prepaid, with an established overnight courier that provides a tracking number showing confirmation of receipt. In the case of County, to: Name/Title: Hannah Doress, Sustainability Specialist Address: Office of Sustainability, 455 County Center, 4th Floor Redwood City, CA 94063 Telephone: (650) 599-1468 Email: hdoress@smcgov.org In the case of Contractor, to: Name/Title: Josephine Fleming Address: 307 Laguna Street, Santa Cruz, CA 95060 Telephone: (831) 706-7384 Email: jofleming@environmentalin.com 18. Electronic Signature Both County and Contractor wish to permit this Agreement and future documents relating to this Agreement to be digitally signed in accordance with California law and County’s Electronic Signature Administrative Memo. Any party to this Agreement may revoke such agreement to permit electronic signatures at any time in relation to all future documents by providing notice pursuant to this Agreement. 19. Payment of Permits/Licenses Contractor bears responsibility to obtain any license, permit, or approval required from any agency for work/services to be performed under this Agreement at Contractor’s own expense prior to commencement of said work/services. Failure to do so will result in forfeit of any right to compensation under this Agreement. 20. Reimbursable Travel Expenses To the extent that this Agreement authorizes reimbursements to Contractor for travel, lodging, and other related expenses as defined in this section, the Contractor must comply with all the terms of this section in order to be reimbursed for travel. a. Estimated travel expenses must be submitted to authorized County personnel for advanced written authorization before such expenses are incurred. Significant differences between estimated and actual travel expenses may be grounds for denial of full reimbursement of actual travel expenses. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 b. Itemized receipts (copies accepted) for all reimbursable travel expenses are required to be provided as supporting documentation with all invoices submitted to the County. c. Unless otherwise specified in this section, the County will reimburse Contractor for reimbursable travel expenses for days when services were provided to the County. Contractor must substantiate in writing to the County the actual services rendered and the specific dates. The County will reimburse for travel at 75% of the maximum reimbursement amount for the actual costs of meals and incidental expenses on the day preceding and/or the day following days when services were provided to the County, provided that such reimbursement is reasonable, in light of travel time and other relevant factors, and is approved in writing by authorized County personnel. d. Unless otherwise specified within the contract, reimbursable travel expenses shall not include Local Travel. “Local Travel” means travel entirely within a fifty-mile radius of the Contractor’s office and travel entirely within a fifty-mile radius of San Mateo County. Any mileage reimbursements for a Contractor’s use of a personal car for reimbursable travel shall be reimbursed based on the Federal mileage reimbursement rate. e. The maximum reimbursement amount for the actual lodging, meal and incidental expenses is limited to the then-current Continental United States (“CONUS”) rate for the location of the work being done (i.e., Redwood City for work done in Redwood City, San Mateo for work done at San Mateo Medical Center) as set forth in the Code of Federal Regulations and as listed by the website of the U.S. General Services Administration (available online at http://www.gsa.gov/portal/content/104877 or by searching www.gsa.gov for the term ‘CONUS’). County policy limits the reimbursement of lodging in designated high cost of living metropolitan areas to a maximum of double the then-current CONUS rate; for work being done outside of a designated high cost of living metropolitan area, the maximum reimbursement amount for lodging is the then-current CONUS rate. f. The maximum reimbursement amount for the actual cost of airfare shall be limited to fares for Economy Class or below. Air travel fares will not be reimbursed for first class, business class, “economy-plus,” or other such classes. Reimbursable car rental rates are restricted to the mid-level size range or below (i.e. standard size, intermediate, compact, or subcompact); costs for specialty, luxury, premium, SUV, or similar category vehicles are not reimbursable. Reimbursable ride-shares are restricted to standard or basic size vehicles (i.e., non-premium vehicles unless it results in a cost-saving to the County). Exceptions may be allowed under certain circumstances, such as unavailability of the foregoing options, with written approval from authorized County personnel. Other related travel expenses such as taxi fares, ride-shares, parking costs, train or subway costs, etc. shall be reimbursable on an actual-cost basis. Reimbursement of tips for taxi fare, or ride- share are limited to no more than 15% of the fare amount. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 g. Travel-related expenses are limited to: airfare, lodging, car rental, taxi/ride-share plus tips, tolls, incidentals (e.g. porters, baggage carriers or hotel staff), breakfast, lunch, dinner, mileage reimbursement based on Federal reimbursement rate. The County will not reimburse for alcohol. h. Reimbursement of tips are limited to no more than 15 percent. Non-reimbursement items (i.e., alcohol) shall be excluded when calculating the amount of the tip that is reimbursable. * * * PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Contract Template >$200,000 May 2021 Page 13 In witness of and in agreement with this Agreement’s terms, the parties, by their duly authorized representatives, affix their respective signatures: For Contractor: ENVIRONMENTAL INNOVATIONS, INC. _____________________________ Contractor Signature _______________ Date ___________________________ Contractor Name (please print) COUNTY OF SAN MATEO By: President, Board of Supervisors, San Mateo County Date: ATTEST: By: Clerk of Said Board Josephine Fleming10/13/21 November 9, 2021 Resolution No. 078509 PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Exhibit A In consideration of the payments set forth in Exhibit B, Contractor shall provide the following services: Contractor will coordinate the San Mateo County Green Business Program. The program is part of a statewide Green Business Certification Program and is conducted using the certification process, and database managed by the California Green Business Network (CAGBN). The primary population served by this program consists of small and medium sized businesses as defined by the California Green Business Program in San Mateo County cities and unincorporated areas. However, nonprofits, faith-based organizations and government offices are also eligible for services. Larger businesses may be served by the program on a case-by-case basis. Scope of work shall include the items listed below. Contractor is expected to achieve a minimum of 50 certifications per year. Task 1: Coordinate San Mateo County Green Business Program. Coordination of the San Mateo County Green Business Program (SMCGBP) includes assisting businesses to complete Green Business Efficiency Recognition, Full Certification or Recertification. Contractor will assure businesses have a positive experience and receive actionable technical support and will be expected to effectively build rapport with owners of a wide variety of businesses that reflect the demographic diversity of San Mateo County. Contractor will maintain expert working knowledge of the California Green Business Program and best practices and assess and recommend advantageous regional or state collaborations. Contractor will employ strategies to service small and medium sized businesses in socially vulnerable and/or low-income communities and will endeavor to make the program as inclusive and accessible as possible to serve the population of San Mateo County. Key elements include: 1.1. Technical Assistance for Full Certification and Efficiency Recognition: Provide customized sustainability consulting to assist businesses in completing the actions needed to achieve certification, recertification, or efficiency recognition using the California Green Business database platform. The Efficiency Recognition level of the SMCGBP brings businesses through a subset of the most impactful and cost-saving sustainability measures. Businesses are encouraged to continue their pathway towards full business certification. As needed, conduct research to assist businesses to find suitable replacement products and services to meet their sustainability goals. Contractor will continue to provide Spanish- language services, will build Chinese language services and continue to work with the County to provide equitable access to business-owners who speak languages other than English. This will be achieved through efforts including use of bilingual staff and community- based organization (CBO) partnerships. 1.2. Contractor will assist all businesses to access appropriate rebates and incentives, conduct virtual or in person visits depending on COVID-19 restrictions, and develop a recognition approach for efficiency businesses. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 1.3. Administer Prebates. Contractor will administer the prebate program in accordance with the guidelines established by the County. The purpose of the program is to help businesses in socially vulnerable and low-income communities achieve Efficiency Recognition or Full Certification. • Contractor will utilize the following process for distribution and tracking prebates: o Contractor identifies the needs of the business during their assessment o Contractor verifies that the business meets the prebate criteria provided by the County o Contractor’s researches the product or service and places order o Contractor confirms in writing that the product or service was successfully utilized as part of completing the Green Business the recognition or certification process. o Contractor invoices for expense and tracks the cost on a central tracking spreadsheet 1.4. Coordination with relevant agencies and organizations. Partner with County and City government programs, COVID-19 recovery efforts, environmental agencies, local organizations, and service providers to recruit and service businesses. As needed, acquaint businesses with agencies specific and pertinent to the County of San Mateo and their resources and requirements. 1.5. Equity and inclusion. Operationalize equity and inclusion improvements into the Program. Assist with improving program inclusiveness, accessibility, and responsiveness. The program will continue to incorporate equity goals as directed by the County. This may include changes to program practices, development of new culturally and linguistically appropriate approaches, approaches to increase accessibility for business owners with disabilities, pilot projects and/or other approaches. 1.6. Climate resilience. Identify opportunities to incorporate business resilience measures, such as those that decrease heat, smoke, flooding or other climate impacts to small and medium businesses as optional measures for Efficiency Recognition and Full Certification in the short-term and to propose them as potential statewide measures in the mid-term. Research best practices, conduct research with existing and prospective SMCGBP businesses, identify County and agency synergies, and recommend and pilot approaches to incorporate business resilience into the SMCGBP. Deliverables: • 50 Certifications / Efficiency level recognitions completed annually to include: o Efficiency o Re-certifications o New Full Certifications • Recognition approach developed for efficiency businesses • Spanish language materials updated as needed • A minimum of 20 Prebate payments completed and documented • Draft and final climate resilience measures completed. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Task 2: Conduct Outreach, Recruitment and Marketing to Serve San Mateo County Business Owners. Contractor will: 2.1 Conduct one-to-one direct business outreach and tailored events designed to enroll prospects into the program. Develop and implement outreach and recruitment methods to build a robust pipeline of prospects from all County regions. Assure culturally and linguistically appropriate and disability accessible outreach and recruitment tailored to different audiences. • Inform businesses about available rebates, prebates, and incentives, and how they might use them advantageously. • Contractor may purchase promotional giveaways with a focus on sample sustainable products that are useful to businesses and may include items that support business resilience. 2.2 Conduct marketing activities that successfully recruit businesses to learn more about the program. Contractor shall conduct or subcontract online and social media marketing in English, Spanish, other languages such as Mandarin, and disability accessible marketing. Assist completed businesses with any marketing benefits they may be eligible to receive. • Update website content and develop social media posts in languages needed. Send regular email newsletters to list of Green Businesses, prospects and interested parties. Maintain email list and draft newsletters on Mailchimp. • Leveraging SMCGBP branding, update marketing collateral provided by CAGBN, which may include branded signage for Green Businesses, in languages needed. 2.3 Increase consumer awareness of Program. Develop strategies for increasing consumer awareness and interest in doing business with SMCGBP businesses. Conduct research, pilot approaches, and refine strategies. • Utilize funds for consumer incentives, such as coupons, drawing prizes, or other strategies. 2.4 Manage community-based partnership subcontracts. Conduct solicitation for community- based partners. Manage partnerships and conduct training as needed. • Community-based partner subcontractor tasks to include: o Identify and engage prospect businesses in socially vulnerable communities and/or low-income neighborhoods. o Conduct virtual or onsite interviews to educate the business on becoming an efficiency participant and how they could apply available prebate and rebate funds. o Provide relationship-management and engagement to assist Contractor staff to certify businesses, or with adequate training and supervision, certify businesses. o Provide culturally and linguistically competent and disability accessible community engagement such as webinars or in person events (depending on COVID-19 restrictions), in person or virtual visits, telephone, text, email and/or social media engagement. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 • Administer funds for community-based partnerships. Contractor will manage solicitation, enter into contracts with community-based partners, and manage timely payments to partners. Deliverables • Direct outreach to at least 300 businesses per year, including approximately 150 businesses in socially vulnerable and/or low-income communities, and 25 businesses in unincorporated areas of the County • A minimum of 4 virtual or in person events, including in languages other than English. • Social media posts featuring businesses that complete full certification or recertification and group highlights for efficiency businesses. • Marketing / recruitment presentations at established meetings such as Chamber or community meetings • Marketing videos including in Spanish, Chinese, or another language that would support monolingual people to access the program • Online and presentation materials with text captions or verbally presented descriptions of images for participants with visual impairments Task 3: Project Management, Reporting and Billing 3.1 Contractor will practice effective and responsive project management, communication, invoicing, and reporting. Provide strong project management of contractor teams and sub- contractors, if any, and coordinate internally to ensure the project goals, timeline, and budget requirements are met. Monitor effectiveness of approaches measured in new inquiries, registrations and/or certifications for the program. Recommend adjustments to improve overall program performance. 3.2 Contractor will provide quarterly reports on the activities of the program, including tasks accomplished, status of deliverables, number of businesses contacted, numbers certified in general and for businesses in socially vulnerable and low-income communities, as well as successes and challenges. The reports will also review progress to date and update plans for scheduling and completing deliverables. Contractor will also provide a final report summarizing collected business metrics and program developments to include greenhouse gas emissions reduction, waste diversion and resource conservation impact of the program and recommendations for improving performance. Each report will include demographic and geographic data about businesses currently in and being engaged by SMCGBP, as directed by County. Contractor and subcontractors will incorporate demographic survey questions as directed by County. Deliverables: • Quarterly, grant and final reports • Collection of demographic, geographic, and sustainability data. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Exhibit B In consideration of the services provided by Contractor described in Exhibit A and subject to the terms of the Agreement, County shall pay Contractor based on the following fee schedule and terms: Contractor shall not begin work on a task until a task order has been given by the County. Contingency funds and task(s)/deliverable(s) must be pre-approved by the County prior to commencing said task or deliverable. The County shall have the right to withhold payment if the County determines that the quantity and/or quality of the work performed is unacceptable. Contractor will submit detailed invoices to the County based on deliverables outlined under Payment Scheduled below. Each invoice submitted must include the following information, at a minimum: 1. Task number, 2. Time period covered, 3. Detailed statement of services/work completed and non-labor costs for the invoiced period, percentage complete, and any deliverables, 4. Billed hours for each position, names of staff, hours billed at applicable rates, and supporting documentation including timesheets or time logs for staff with a description of the work performed, 5. Include receipts or similar documentation for non-labor costs, and 6. Monthly Report detailing work completed to date by task and subtask. Invoices will be reviewed by County staff and processed by the Department’s fiscal team within 30 days of approval of invoice by the County. The total amount of this contract will not exceed $678,000, or $226,000 each year during the term of the agreement. San Mateo County Green Business Program Project Schedule & Budget Specific Activities Staff Hourly Rate Annual Hours Annual Personnel Costs Other Expenses Annual Budget Total 3 Year Budget Task 1: Technical Assistance for Certification and Efficiency Level: Program Coordinator Lawrence Nussbaum $110 250 $27,500 $27,500 $82,500 Program Assistance Paul May $90 575 $51,750 $51,750 $155,250 Prebate Manager Shawn Orgel-Olson $110 70 $7,700 $7,700 $23,100 Prebates for Businesses $15,000 $15,000 $45,000 Subtotal 895 $86,950 $15,000 $101,950 $305,850 Task 2: Outreach, Recruitment and Marketing Program Coordinator Lawrence Nussbaum $110 200 $22,000 $22,000 $66,000 Program Assistant Paul May, Saburi Sai, Luis Vizcardo and/or Maria Corona $90 380 $34,200 $34,200 $102,600 Marketing Director Shawn Orgel-Olson, Anna Hirst $110 142 $15,620 $15,620 $46,860 PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Advertising $7,000 $7,000 $21,000 Promotional Giveaways $5,000 $5,000 $15,000 CBO Funding $30,000 $30,000 $90,000 Subtotal 722 $71,820 $42,000 $113,820 $341,460 Task 3: Project Management, Reporting and Billing Program Coordinator Lawrence Nussbaum $110 55 $6,050 $6,050 $18,150 Finance Director Liz Sullivan $90 12 $1,080 $1,080 $3,240 Contingency $3,100 $3,100 $9,300 Subtotal 67 $10,230 $10,230 $30,690 PROJECT TOTAL 1684 $169,000 $57,000 $226,000 $678,000 PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Issued by County of San Mateo Contract Compliance Committee July 1, 2013 Attachment IP Intellectual Property Rights 1. The County of San Mateo (“County”), shall and does own all titles, rights and interests in all Work Products created by Contractor and its subcontractors (collectively “Vendors”) for the County under this Agreement. Contractor may not sell, transfer, or permit the use of any Work Products without the express written consent of the County. 2. “Work Products” are defined as all materials, tangible or not, created in whatever medium pursuant to this Agreement, including without limitation publications, promotional or educational materials, reports, manuals, specifications, drawings and sketches, computer programs, software and databases, schematics, marks, logos, graphic designs, notes, matters and combinations thereof, and all forms of intellectual property. 3. Contractor shall not dispute or contest, directly or indirectly, the County’s exclusive right and title to the Work Products nor the validity of the intellectual property embodied therein. Contractor hereby assigns, and if later required by the County, shall assign to the County all titles, rights and interests in all Work Products. Contractor shall cooperate and cause subcontractors to cooperate in perfecting County’s titles, rights or interests in any Work Product, including prompt execution of documents as presented by the County. 4. To the extent any of the Work Products may be protected by U.S. Copyright laws, Parties agree that the County commissions Vendors to create the copyrightable Work Products, which are intended to be work-made-for-hire for the sole benefit of the County and the copyright of which is vested in the County. 5. In the event that the title, rights, and/or interests in any Work Products are deemed not to be “work-made-for-hire” or not owned by the County, Contractor hereby assigns and shall require all persons performing work pursuant to this Agreement, including its subcontractors, to assign to the County all titles, rights, interests, and/or copyrights in such Work Product. Should such assignment and/or transfer become necessary or if at any time the County requests cooperation of Contractor to perfect the County’s titles, rights or interests in any Work Product, Contractor agrees to promptly execute and to obtain execution of any documents (including assignments) required to perfect the titles, rights, and interests of the County in the Work Products with no additional charges to the County beyond that identified in this Agreement or subsequent change orders. The County, however, shall pay all filing fees required for the assignment, transfer, recording, and/or application. 6. Contractor agrees that before commencement of any subcontract work it will incorporate this ATTACHMENT IP to contractually bind or otherwise oblige its subcontractors and personnel performing work under this Agreement such that the County’s titles, rights, and interests in Work Products are preserved and protected as intended herein. PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 ATTACHMENT I Assurance of Compliance with Section 504 of the Rehabilitation Act of 1973, as Amended The undersigned (hereinafter called "Contractor(s)") hereby agrees that it will comply with Section 504 of the Rehabilitation Act of 1973, as amended, all requirements imposed by the applicable DHHS regulation, and all guidelines and interpretations issued pursuant thereto. The Contractor(s) gives/give this assurance in consideration of for the purpose of obtaining contracts after the date of this assurance. The Contractor(s) recognizes/recognize and agrees/agree that contracts will be extended in reliance on the representations and agreements made in this assurance. This assurance is binding on the Contractor(s), its successors, transferees, and assignees, and the person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Contractor(s). The Contractor(s): (Check a or b) ☐a. Employs fewer than 15 persons. ☐b. Employs 15 or more persons and, pursuant to section 84.7 (a) of the regulation (45 C.F.R. 84.7 (a), has designated the following person(s) to coordinate its efforts to comply with the DHHS regulation. Name of 504 Person: Name of Contractor(s): Street Address or P.O. Box: City, State, Zip Code: I certify that the above information is complete and correct to the best of my knowledge Signature: Title of Authorized Official: Date: *Exception: DHHS regulations state that: "If a recipient with fewer than 15 employees finds that, after consultation with a disabled person seeking its services, there is no method of complying with (the facility accessibility regulations) other than making a significant alteration in its existing facilities, the recipient may, as an alternative, refer the handicapped person to other providers of those services that are accessible." President 09/29/2021 PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 PSA25-3748ENV Exhibit "A" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Katie Hentrich, Climate Action Plan Administrator City of Carlsbad Katie.Hentrich@carlsbadca.gov April 24, 2025 Dear Ms. Hentrich, Environmental Innovations, Inc (EI), a certified Women-Owned Small Business (WOSB) and Public Benefit company (B-Corp), is pleased to present this proposal to continue managing the City of Carlsbad Green Business Program in collaboration with your office. As administrators for the Green Business Program for the City, we would be thrilled to continue supporting businesses in meeting high sustainability values and certification goals while protecting the environment. This program also helps the City achieve its bold commitments and standards geared towards climate adaptation and sustainability plans as outlined in the Climate Action Plan (CAP). We believe we can help make Carlsbad businesses a cornerstone of the CAP and achieve high greenhouse gas emissions reductions and involvement in the plan, thanks to your foresight. We will continue to develop our existing partnerships with the Clean Energy Alliance, the Carlsbad Chamber and other utilities and groups to ensure businesses we work with gain the benefits of all the resources available to them. We have designed a very personalized approach for the vibrant City of Carlsbad that will hopefully continue to meet or exceed your expectations. We are eager to continue our work together in the City that will not only benefit the business community we serve but contribute to the vibrant growth, inclusive prosperity, and lasting success of the entire community. Please do not hesitate to reach out to us if you have any questions. Sincerely, Brooke Wright, Vice President 1 PSA25-3784ENV Exhibit "B" Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 1. Executive Summary Environmental Innovations, Inc. (EI), a certified Women-Owned Small Business (WOSB) and Public Benefit company (B-Corp), not only helps businesses meet high sustainability standards but also ensures jurisdictions achieve their bold commitments towards climate resiliency, carbon neutrality, zero waste and more. EI leads the California Green Business Network (CAGBN) and has helped launch over 30 of the 48 Green Business Programs in the State. We also currently lead and operate programs beyond Carlsbad on behalf of the cities of Ventura, Riverside and Watsonville, and the Counties of Santa Cruz, San Mateo, Fresno, Kern, Monterey, Alameda, Solano, San Benito and Santa Clara. We utilize local staff that knows the communities they serve for client and business relationship building and services while also leveraging staff across the State with expertise in graphic design, resources and efficiency, climate action plans, state mandates, and environmental ordinances to support each program. Each program and the community it serves is unique, and our services are customized to meet the needs of the local municipality whether that is by engaging more historically underserved communities or to help reach environmental goals laid out like in your climate action plan, or both. Between our experience and resources, EI is happy to continue supporting the City’s Green Business Program, helping the City meet its Climate Action Plan goals in an inclusive and equitable way. Every business we work with takes steps that result in quantifiable reductions in greenhouse gas emissions, water conservation, and utility cost savings. We measure our impacts using CAGBN’s GreenBizTracker tool and working with auditing partners’ data to ensure the changes we make are measured. We have inhouse expertise to lend to the task of calculating data as minute as single measure impacts for one business or as broad as determining all greenhouse gas reductions achieved every year. We are dedicated to delivering a City of Carlsbad Green Business Program with innovative solutions that leverage cutting-edge approaches. Our team of experts, including multilingual, seasoned program managers and coordinators, brings a wealth of experience in the green business program management and business support. Our approach includes comprehensive compliance checks at every stage of the project, guaranteeing that any business served is adhering to the standards set forth in their checklist. We are very engaged with our businesses, providing personalized recommendations that blend the goals of the program (e.g. greenhouse gas reductions, water conservation, etc.) with the goals of the business (e.g. saving money on utilities, creating a green culture, etc.). Our collaborative spirit extends to partnerships with other stakeholders, fostering synergy and alignment again through both in person and virtual events. We are well known for our approach, streamlining the process so as to be inclusive of all stakeholders and in the end create a more robust and effective experience for each business. 2 PSA25-3784ENV Exhibit "B" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 While we help the City with the Green Business Program, we strive to model the behavior we ask of businesses, and conduct business in a way that minimizes costs to our clients and our carbon and environmental footprint as much as possible. As a Certified Green Business, our approach includes consolidating visits, avoiding rush hours when possible, telecommuting, sourcing approved materials (e.g. FSC certified, low VOC, processed Chlorine-free, EPA Safer Choice, etc.) and utilizing local, Green Certified vendors whenever possible. As a Certified B Corp, we also look after our people and govern business activities in a way that retains top talent for our clients. We look forward to the opportunity to continue demonstrating our excellence in action and contribute to the success of your program. 2. Proposed Services In close collaboration with Carlsbad’s Environmental Sustainability Department, EI will continue bringing its Green Business Program development and implementation expertise to ensure the continuation of the Carlsbad Green Business Program follows best practices and meets or exceeds the goals set out by this contract. EI will not just fulfill the requirements in the contract but also support the long term sustainability of the program by providing additional guidance and full utilization of CAGBN’s many resources to help Carlsbad customize existing resources rather than recreating the wheel unnecessarily. EI will coordinate and manage the program collaboratively, providing regular updates and receiving direction from the City as needed. We will leverage our tried and true rebate/incentive program to ensure businesses–especially those who would not or could not certify otherwise– make it to the final goal of full certification. Recruitment Outreach We will recruit businesses through calling, emailing, tabling, field outreach, creating flyers, marketing (social media posts, newsletters,..) , participating in California Green Business Network (CAGBN)-led challenges, Chamber and Community-Based Organizations meetings and other events and opportunities Technical Assistance We will assist businesses with their applications and connect them with local resources and partners, including but not limited to grants, rebates and other local and statewide opportunities. The goal is to help businesses achieve the highest level of certification and recertify those that have reached their certification validity. Businesses will receive personalized recommendations to help them complete their goals, with support throughout the process and beyond. We will maintain and update the city’s CAGBN website at www.greenbusinessca.org/cityofcarlsbad. Program Training, Development and Progress We will train city staff or potential partners interested in conducting green business work, where needed. We will report on the program achievements to the City of Carlsbad and CAGBN, provide city staff ongoing access to the program tracker and the opportunity to meet monthly to review recruitment and certification progress. 3 PSA25-3784ENV Exhibit "B" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 EI will also meet all administrative requirements including monthly invoicing and ongoing accounting, including for rebate and incentives. Program Partnerships We will recruit and train strategic partners to provide program support, attending the Chamber’s Green Committee monthly, staying informed and in contact with Carlsbad Village Association, Republic Services (hauler), Utilities, and more. Events, marketing, website updates, news, blogs, GreenBiz Tracker updates, Eventbrite postings We will organize and manage events (e.g., mixer, council proclamation, stakeholder meeting, other), attend events ( e.g. Green Expo, council proclamation, chamber events) and media/outreach/other marketing (e.g., news posts, targeted news posts, new fliers, website updates...). Program goals In accordance with the city, at the start of the new fiscal year, we will plan our year to incorporate dates that are important and essential to the success of our program, including but not limited to building strong program partnerships (stakeholder meeting), highlighting yearly events (Earth Day, Small Business Saturday, America Recycles Day) and more. We will support the City of Carlsbad to achieve a minimum goal of 10 certifications per year with a minimum outreach to 40 businesses, and will emphasize the importance of businesses reduction in energy, water and waste through the GreenBizTracker tool. Our goal is to support each business individually with the same level of expertise and personalized recommendations as to achieve measurable results with both short term and long term benefits. Our team will represent the city at the CAGBN statewide bi-annual conferences and stay up to date on local and statewide mandates ensuring businesses will follow them, keep updated on new CAGBN measures and any information that will support Carlsbad’s business community. 3. Proposed Fees Task Staff Title / Classification Hourly Labor Rate Total Hours Total Estimated Staff Cost Subtotal Staff/Ex penses Task 1. Recruitment outreach Assist businesses to complete the green business certification process, according to their sector, connecting them with resources and agencies specific and pertinent to Carlsbad Program training and development, contract development Program partnerships Program Manager $120 300 $36,000 Outreach Staff $100 114.5 $11,450 4 PSA25-3784ENV Exhibit "B" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 and stakeholder relationships, including meetings and presentations Meet regularly with city staff to report on recruitment progress and coordinate recruitment and certification processes. Events, marketing, website updates, news, blogs, GreenBiz Tracker updates, Eventbrite postings SUBTOTAL $47,450 Task 2. Rebates & Incentives to businesses 15 $250 SUBTOTAL $3,750 Task 3. Administrative $6,000 SUBTOTAL $6,000 Task 4: Travel, Mileage, Miscellaneous* $2,800 SUBTOTAL $2,800 TOTAL $60,000 *Reimbursement for reasonable and necessary travel and lodging expenses will not exceed the GSA per diem rate for the location of travel. Reimbursement for the cost of mileage will be based on the federal mileage rate at time of travel. The funds from different categories may be reallocated across various tasks. Rate Table Title Rate Program Manager $120 Program Coordinator $100 Intern $55 4. References EI delivers programs successfully with the specified goals within the budget and schedule indicated on the contract. Following is a table detailing some of our past work and clients. Any client may be contacted for references for verifying the quality of work provided. Project Name Client/Contact Description of Work Performed 5 PSA25-3784ENV Exhibit "B" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 City of Ventura Contact: Lars Davenport Address: 336 Sanjon Rd. Ventura, CA 93002 Phone: 805-319-9169 Email: ldavenport@cityofventura.ca.gov Project Description: Manage Green Business Certification, social media & newsletter content, and city council and Energy Program outreach. Project Dates: Since 2023 to present Project Contract Value: $55K San Benito County Green Business Program Contact: Celina Stotler Address: 470 5th Street Hollister, CA. 95023 Phone: (831) 636-4107 Email: cstotler@cosb.us Project Description: Coordinate all aspects of the GBP for the County of San Benito Project Dates: Since 2021 to present Project Contract Value: $100,000 City of Watsonville Contact: Cristy Cassel Phone: (831) 768-3164 Email: cristy.cassel@cityofwatsonville.org Project Description: Coordinate all aspects of the GBP for the City of Watsonville Project Dates: Since 2018 to present Project Contract Value: $105,000 Santa Cruz County Green Business Program Contact: Beau Hawksford Address: 701 Ocean Street, Suite 401, Santa Cruz, CA. 95060 Phone: (831) 454-2358 Email: beau.hawksford@santacruzcounty.us Project Description: Coordinate all aspects of the GBP for the County of Santa Cruz. Project Dates: contracted by the County of Santa Cruz since 2007. Current contract 2021- present. Project Contract Value: $93,999 San Mateo County Green Business Program Contact: Melissa Ross Perkins Address: 455 County Center 4th Floor Redwood City, CA 94063 Phone: (650) 599-1468 Email: mross-perkins@smcgov.org Project Description: Coordinate with Stakeholders and CBOs to deliver an equitable Green Business Program Project Dates: 2021 to present Project Contract Value: $226,000 6 PSA25-3784ENV Exhibit "B" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Team Biographies Sandrine Cassidy Senior Sustainability Consultant/Program Manager Sandrine Cassidy is a Sustainability Consultant dedicated to helping cities, businesses, nonprofits and schools implement leadership standards and programs in waste reduction, recycling maximization, energy and water conservation, pollution control and green purchasing. She has helped over 600 businesses adopt green standards and get certified through official Green Business Programs in Culver City, Irvine, Carlsbad, Glendale, Riverside and Los Angeles. She was an active board member of the California Green Business Network, a cohort of 48 cities and counties with green certification programs, and has been the Southern California Representative for CAGBN. She was the Sustainability Coordinator for the Culver City Unified School District for several years. As a former business owner of a sustainable reusable bag company and as Vice-President of a Culver City-based environmental group for over 15 years, Ballona Creek Renaissance (BCR), Sandrine has helped push policy, set-up public cleanups and made the environment her central focus of interest on a personal and professional level. She holds a LEED Green Associate accreditation and California Resource Recovery Association (CRRA) Professional Certificate in Sustainable Resource Management. Natalia Bogolasky Bilingual Sustainability Consultant Natalia is a bilingual sustainability consultant with a background in communications, film production, and journalism. She is passionate about connecting people, ideas, and strategies for a more sustainable world. In addition to her work with various Green Business Programs, she joins EI as part of the team working in Energy Efficiency programs, dedicated to providing solutions to historically underserved customers, with a priority on those that are in tribal lands and in disadvantaged communities according to CalEnviroScreen designation. Previously, Natalia worked with the Chilean Plastic Pact, part of the globally aligned Plastics Pact Network which implements solutions towards a circular economy for plastics. She holds a Master's degree in Specialized Journalism and a certificate in Circular Economy and Sustainability Strategies. 7 PSA25-3784ENV Exhibit "B" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Anna Hirst Senior Marketing Production Manager Anna is a Project and Marketing Manager with over 20 years of experience in the environmental sector. She coordinates Marketing and Graphic Design for Environmental Innovations, the California Green Business Network, various Green Business Programs, and also manages the CDFA Healthy Refrigeration Technical Assistance program. Anna is a creative digital specialist who effortlessly shifts between numerous roles, including marketing communications, program management and implementation, and digital production. She has extensive experience leading on educational outreach campaigns and in large event management. Anna graduated from the University of California, Santa Cruz with a B.A. in Environmental Studies. Saburi Sai Marketing Specialist Saburi is a Sustainability Consultant with a strong focus on digital marketing, project management, and community outreach. Her background as a Green Business Coordinator, where she supported businesses through the certification process, gave her extensive experience in crafting marketing strategies to promote sustainable practices. Prior to joining Environmental Innovations full-time, Saburi assisted with Green Business Program marketing efforts at Ecology Action and served as a Digital Marketing Specialist at EI, where she honed her expertise in social media strategy, content creation, and audience targeting. She uses tools like Meta Business Suite to analyze performance data, driving engagement and boosting visibility for EI-run Green Business Programs. Saburi is also skilled in creating training manuals, planning community events, leading youth internships, and coordinating video production projects that communicate sustainability messages effectively. Her ability to blend marketing strategy with project management ensures the timely execution of campaigns and the successful promotion of environmental initiatives. 8 PSA25-3784ENV Exhibit "B" (Cont.) Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645 Docusign Envelope ID: D3D2EE4C-DF99-4162-96AB-345F54328645