Loading...
HomeMy WebLinkAboutHowell Consulting Group; 2014-10-09;AGREEMENT FOR GROUP FACILITATION, STRATEGIC PLANNING AND COACHING HOWELL CONSULTING GROUP THIS AGREEMENT is made and entered into as of the day of D<>rObev- . 20/^. by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City", and Howell Consuttinq Group, a sole proprietorship, hereinafter referred to as "Contractor." RECITALS A. City requires the professional services of a consultant that is experienced in group facilitation, strategic planning and coachirig services. 8. The professional services are required on a non-exclusive, project-by-project basts. C. Contractor has the necessary experience in providing professional services and advice related to group facilitation, strategic planning and coaching services. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideratton 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 defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditKjns. Contractor's ofc»ligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 2. STANDARD OF PERFORMANCE While performing the Services, Contractor wilt 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 t»est judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for one year from the date first above. The City Manager may amend the Agreement to extend it for two additional one year periods or parts thereof in an amount not to exceed thirty thousand dollars ($30,000) per Agreement year. 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. PROGRESS AND COMPLETrON The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by City and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the City City Attorney Approved Version 2/17/12 Manager or the Division Director as authorized by the City Manager ("Director"). The City Manager or Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City inat^on or other agencies' lack of timely action. In no event shall a specific Task Description exceed the temi of this Agreement. 5. COMPENSATION The cumulative total for ati projects aitowed pursuant to this Agreement witt not exceed thirty thousand dollars ($30,000) per agreement year. Fees will be paid on a project-by-prqject basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, City shall prepare a Project Task Description and Fee Allotment (the 'Task Description") which, upon signature by Contractor and for City, the City Manager or Director, will be considered a part ofthis Agreement. The Task Description will include a detailed scope of services for the particular project being consklered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourty rate, percentage of project complete, completion of specific project tasks or a combination thereof 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 resutt to be accomplished, but will consutt 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 withhoWings on behalf of Contractor or its agents, employees or subcontractors. City wilt not be required to pay any workers' compensation insurance or unemptoyment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, sodaJ security, overtime payment, unemployment payment or wori<ers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or suk)Contractor 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. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of sutjcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms ofthis Agreement applicable to Contractor's work unless specifically rwted to tlie contrary in the suixontract and approved in writing by City. ^ OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATtON Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys' City Attorney Approved Version 2/17/12 fees arising out ofthe performance ofthe work descrit)ed herein caused in whote or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directty or indirectly emptoyed by any of them or anyone for whose acts any of them may be liable. 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 eariy termination of this Agreement. 10. 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 perfonnance of the services by Contractor or Contractor's agents, representatives, employees or suljcontractors. The insurance will be obtained from an insurance canier admitted and authorized to do business in the State of Califomia. The insurance can-ier is required to have a current Best's Key Rating of not tess than "A-:Vtt" OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least ''A:X''. 10.1 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 ttie insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor, tf 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. 10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage, tf the submitted policies contain s^egate limits, general aggregate limits will appfy separatety to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liabilitv (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Woricers' Compensation and Emplover's Liabilitv. Woricers' 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. City Attorney Approved Version 2/17/12 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not tess than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. n If box is checked, f^ofessional Liability City's Initials Contractor's Initials Insurance requirement is waived. 10.2. Additionat Provisions. Contractor will ensure that the policies of insurance required under ttus Agreement contain, or are endorsed to contain, ttie fottowing provistons: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 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. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will fumish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage, tf 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 urnier this Agreement. 10.5 Submission of Insurance Policies. Citv reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS UCENSE Contractor will obtain and maintain a City of Carisbad Business License for the tenn of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incun-ed under this Agreement. All records will be cleariy 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 activifies related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event ttiis Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor wilt have the right to make one (1) copy of the work product for Contractor's records. City Attorney /^proved Version 2/17/12 14. COPYRIGHTS Contractor agrees that alt copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on fc>ehalf of City and on behalf of Contractor under this Agreement are: For Citv: Name Title Dept Address Julie Clark Human Resources Director Human Resources Department CITY OF CARLSBAD 1635 Faraday Ave Carisbad, CA 92008 Phone 760 602 2440 For Contractor: Name Titie Address Phone Emait 1^0 11 n^u e t)ov\/eil run wi4^^(^ fin^. Each party will notify the other immediately of any changes of address that would require any notice or delivery to t)e directed to another address. 16. CONFLICT OF INTEREST Contractor shalt file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carisbad Conflict of tnterest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully infonned of federal, state and local taws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the perfonnance of the Services by Contractor. Contractor will at alt times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of ttie requirements of the Immigration Reform and Control Act of 1986 and wilt comply with those requirements, including, but not limited to, verifying the eligibility for employment of alt agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor wilt compty with all applicabte local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the perfonnance of the Services the following procedure will be used to resolve any questions of fact or interpretation not othenwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be fonwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the tetter will reply to the letter along with a recommended method of resolution within ten (10) business days. Ifthe resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes witt t>e forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding City Attorney Approved Version 2/17/12 upon ttie parties invoh/ed, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may tenninate this Agreement for nonperfonnance 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 may tenninate this Agreement upon written notice to Contractor. Upon notrfication of termination, Contractor has five (5) business days to deliver any documents owned by Cfty and all work in progr^s to City at the address contained in this Agreement Cfty will make a determination of fact based upon the work product delivered to Crty 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 Crty witt detennine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement, tn this event and upon request of City, Contractor will assemble the work product and put rt in order for proper filing and closing and deliver it to City. Contractor will be paid for wori< performed to ttie terminatton date; hovi/ever, the total will not exceed the lump sum fee payabte underthis Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor wan-ants that Contractor has not emptoyed 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 resurting from, the award or making of this Agreement. For breach or violatton of this warranty, City will have the right to annul this Agreement wrthout liabilrty, or, in rts discretion, to deduct fi-om the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. 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 Irtigation. Contractor acknowledges that if a false claim is sutjmftted to Crty, rt may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that Califomia Govemment Code sections 12650 et seq., the Fatse Claims Ad applies to this Agreement and, provides for civit penarties where a person knowingly submits a fatse 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 falsrty of information. If City seeks to recover penarties pursuant to the Fatse Claims Act, rt is entrtled to recover its Irtigation costs, including attomey's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the resurt 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 debannent by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at taw 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 Califomia, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS City Attomey Approved Version 2/17/12 tt is mutually understood and agreed that this Agreement will be binding upon Crty and Contractor and their respective successors. Nerther this Agreement or any part of rt nor any monies due or to beconre due under rt may be ass^ned by Contractor wrthout tlie prtor consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This ^reement, together with any other written document referred to or contemplated by rt, along wrth the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between tiie parttos relating to tiie subject matter of rt. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may tie amended, modified, waived or discharged except in a writing signed by both parties. 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in rt on taehalf of Contractor each represent and warrant that they have ttie legal power, right and actual authority to bind Contractor to the tenns and condrtions of this Agreement. Executed by Contractor this_ day of. 20_ CONTRACTOR By: (sign here) print name/trtte) CITY OF CARLSBAD, a municipal corporati9n of the State of California By^ City Managor or Mayor or Director Julie Clark ATTEST: By: (sign here) 3ARBARA ENGL City Cleric A ON {print name/title) 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 fottowing two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, 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. CITY OF CARLSBAD, a municipal corporation of ttie State of California APPROVED AS-re^RM: CELIA BREW66^rCity Attorney BY: nior Assistant City Attorney City Attorney Approved Version 2/17/12 EXHIBIT "A" FEE SCHEDULE Howell Consulting Group contractors are typically paid flat hourly rates. Dependent upon level of skill, experience and role within the team, consultants are billed at the rates in table below. Coitnrftaiiit Rotes Hoinrly Rates* Ft^Day Sessions** Flat Rate Senior/Lead Consultants $150 $600 $1,200 Associate Consultants $85 $340 $680 Administrative Supports $35 $140 $280 *Consultants will bill preparatory time, phone consultations, research and documentation at hourly rates. **lncludes time before and after for set-up, break down, and client debrief HR Strategic Plan Costing Ranning Riase Hours Protected Bttdsp^ Totat Phase i Background Information and Data Gatliering September 30**^ • Meeting with HR Department Director (2) • Review background materials, Detemiine addrtional resources and materials as needed. (4) • Create planning process timeline and high level summary of outcomes for planning process (2) Lead Consultant: 8 hours X $150: $1,200 $1,200 Phase tl Pre-Planning and Design September 2014 • Draft strategic plan process agendas that detail meeting specifics (4) • Vet process with HR Director, updates and revisions to process as needed (2) Lead Consultant: 6 hours X $150; $900 $900 City Attorney Approved Version 2/17/12 Phase III Strategic Pianning • September 30, 2014 • October 7, 2014 • October 14, 2014 Schedule, coordinate and preparation of supplies and materials required for planning sessions - estimated 3 hours per session (9) Facilitation for three 6 hour retreat dates, Including set up and design, and debrief sessions - estimated 9 hours per session (27) Lead Consuttant: 36 hours X 150: $5,400 $5,400 Phase IV Sirat^ic Plan Documentation October 31, 2014 Follow up post plan meeting to affirm and determine final plan structure, detail next steps and additional tools and/or resources that may be need (2) Complete draft meeting notes three year plan documentation to Include: background, vision, blocks/barriers, action planning catendar, implementation plans, roles and responsibilities, plan review agreements and tools as needed, and commitments and agreements on coordination (12) Consultant recommendations on areas required for organizational capacity building required to support plan implementation (2) Lead Consultant: 14 hours X $150: $2,400 $2,400 Total billed per hour, not to exceed: $9,900 City Attorney Approved Version 2/17/12