Loading...
HomeMy WebLinkAboutSource 44 / GECCo Inc; 2009-07-06; PWENG693PWENG693 AMENDMENT NO. 2 TO EXTEND AND AMEND AGREEMENT FOR TMDL CONSULTING SERVICES (SOURCE 44) This Amendment No. 2 is entered into and effective as of the />/" day of , 2010, extending and amending the agreement dated July 6, 2009 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and SOURCE 44, a Delaware limited liability corporation ("Contractor") (collectively, the "Parties") for TMDL consulting services. RECITALS A. On July 6, 2009, the City and GECCo, Inc. entered into an agreement for TMDL consulting services; and B. On January 29, 2010, the City and GECCo, Inc. executed Amendment No.1 to the Agreement to alter the scope of work to include staff work related to TMDL requirements in addition to Agua Hedionda Lagoon and representation at City meetings with policy makers; and C. On March 24, 2010, the City, GECCo, Inc. and Source 44, LLC entered into an Assignment and Assumption agreement concerning TMDL Consulting Services (the "Agreement"); and D. The Parties desire to alter the agreement's scope of work to include environmental consulting services related to TMDL support services in the areas of technical support and meeting attendance; and E. The Parties desire to extend the agreement for a period of one (1) year; and F. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed twenty five thousand dollars ($25,000). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by July 1, 2011. 4. All other provisions of the agreement, as may have been amended from time to time, will remain in full force and effect. City Attorney Approved Version #05.22.01 5. All requisite insurance policies to be maintained by the Contractor pursuant to the agreement, as may have been amended from time to time, will include coverage for this Amendment. 6. The individuals executing this amendment 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 Amendment. CONTRACTOR SOURCE 44, a Delaware limited liability corporation CITY OF CARLSBAD, a municipal corporation of the State pf California By: i City Manager or Mayor or Authorized Signatory COO (print name/title) ATTEST: (e-mail address) 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. 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. APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: Deputy City Attorney City Attorney Approved Version #05.22.01 Exhibit "A" to PWENG693 amendment #2 source June 8, 2010 Elaine Lukey Environmental Manager City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 Source 44 LLC 7163 Construction Ct, Suite A San Diego CA 92121 USA 1:8779166337 F: 858 876 1728 www.source-44.com Dear Ms. Lukey: | Proposal | TMDL Support Services Source 44, LLC (S44) is pleased to provide this proposed scope of services to the City of Carlsbad (City) for environmental consulting services related to TMDL development for the Agua Hedionda Lagoon. This proposal has been prepared based upon your email request to me dated June 7, 2010. The proposed scope of services consists of three basic tasks described below. | Scope of Services Task 1: Meeting Attendance. S44 representatives will attend TMDL development meetings, either as a representative for, or in conjunction with City staff. It is S44's understanding that these meetings may include internal meetings with additional Agua Hedionda Watershed dischargers, other watershed representatives; or external meetings with Regional Water Quality Control Board (RWQCB) staff, EPA staff or EPA contracted-modelers. The estimate in the cost table below assumes there will be a maximum of twenty-four (24) meetings, up to 2-hours each, at either the City of Carlsbad, City of Poway or RWQCB offices. Task 2: Technical Support. S44 will provide technical consultation on issues related to TMDL development for the Agua Hedionda Lagoon. These consultation services may include preparing, reviewing and commenting on documents related to de-listing applications; writing or revising TMDL problem statements; reviewing modeling protocol and results, source identification, load allocation; researching and summarizing TMDL implementation plans in other regions, and analyzing scientific studies and findings. Any documents prepared will be in Microsoft Office format. Sustainability Management Services www.source-ii4.com 7163 Construction Ct, Suite A San Diego, CA 92121 source Task 3: Miscellaneous Activities. S44 understands that the City may from time-to-time require assistance with relevant but separate activities, not otherwise specified in Tasks 1 and 2 above. Such assistance could include data coordination, RWQCB communications or other related activities. These services will be provided in accordance with the rates specified in the cost table below. | Project Personnel | The tasks above shall be executed by Dr. Jennifer Kraus with assistance from Ms. Sharon Vidal. Dr. Kraus served on the San Diego RWQCB from 2004 to 2007 as was Vice Chair in 2007. During her tenure with the Board, she oversaw the promulgation of several TMDLs for local waters. Dr. Kraus and Ms. Vidal have worked together on multimedia environmental regulatory compliance projects for over ten years. Estimated Fees | The estimate of charges for Tasks 1 through 3 above is presented in the cost table below. The billing rates for Dr. Kraus and Ms. Vidal are $150 and $120/hour respectively. This estimate will not be exceeded without prior notification of the City. Should additional services be required beyond those specified in the table they will be billed on a time-and-material basis in accordance with the rates presented. Cost Table Task l 2 3 Totals: Unit Cost ($/nr) $150 $150 $120 $150 $120m Hours 48 48 40 16 20 172 Subtotal ($) $ 7,200 $ 7,200 $ 4,800 $ 2,400 $ 2,400 $ 24,000 Expenses* $550 $200 $200 $950 Total Cost $ 7,750 $ 12,200 $ 5,000 $ 24,950 * Expenses are those primarily associated with mileage. Mileage will be billed in accordance with current U.S. General Services Administration mileage reimbursement rates. The term of this scope of services is estimated to begin June 24, 2009 and extend until July 1, 2010. Sustainability Management Services www.source-44.com 7163 Construction Ct, Suite A San Diego, CA 92121 source | Contract & Terms | If the scope of services is agreeable, I understand a contract will be forwarded to S44 for execution. The terms of said contract will be reviewed upon receipt of the contract. | Conclusion | Please feel free to contact me should you have any questions. Thank you for the opportunity to provide you with this proposal. We look forward to working with you and helping GD AIS meet its environmental performance goals. Sincerely, Jennifer L Kraus, MPH, PhD Chief Scientific Officer Source 44 LLC Sustainability Management Services 7163 Construction Ct, Suite A www.source-44.com San Diego, CA 92121 ASSIGNMENT AND ASSUMPTION AGREEMENT FOR TMDL CONSULTING SERVICES THIS ASSIGNMENT AND ASSUMPTION ENT ("Assignment Agreement") is made and entered into this A& day of 2010, by and between the CITY OF CARLSBAD, a political sub&visioh of the State of California ("City"), Gecco, Inc. a California corporation, ("Assignor") and Source 44, a Delaware Limited Liability Company ("Assignee"), and is made with reference to the following facts: RECITALS A. On July 6, 2009 the City and Assignor entered into that certain Professional Services Agreement concerning TMDL and Regional Water Quality Control Board Consulting Services (the "Agreement"). B. Paragraph 24 of the Agreement allows Assignor to assign rights and obligations under the Agreement upon written approval of the City. C. Assignor desires to assign its interest in the Agreement to Assignee. Further, Assignee desires to accept assignment of Assignor's interest in the Agreement and City consents to the assignment of the interest in the Agreement from Assignor to Assignee. NOW THEREFORE, incorporating the above recitals and in consideration of the covenants and obligations set forth herein, the parties hereto agree as follows: 1. Assiqnment. Assignor hereby assigns to Assignee all of Assignor's rights and obligations as set forth in the Agreement. 2. Assumption. Assignee hereby assumes all of Assignor's rights and obligations as set forth in the Agreement. 3. City Consent. City hereby agrees and consents to the assignment of all of Assignor's rights and obligations as set forth in the Agreement to Assignee. 4. General Terms and Conditions. The following general terms and conditions shalt apply to this Assignment Agreement. 4.1 Hold Harmless. In addition to the hold harmless provisions contained within the Agreement, Assignee agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of this Assignment Agreement caused by the willful misconduct, or negligent act, or omission of the Assignee. 4.2. Counterparts. This Assignment Agreement may be executed in counterparts, each of which shall be deemed an original, but all of which, together, shall constitute one and the same instrument. 4.3. Successors and Assiqns. It is mutually understood and agreed that this Assignment Agreement shall be binding upon City, Assignor and Assignee and their respective successors. Neither this Assignment Agreement or any part hereof nor any monies due or to become due hereunder may be assigned by Assignee without the prior consent of City. 4.4. Governinq Law. This Assignment Agreement shall be governed by, interpreted under, and construed and enforced in accordance with, the laws of the State of California. 4.5. w. Any action at law or in equity brought by either of the parties hereto for the purpose of enforcing a right or rights provided for by this Assignment Agreement shalt be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties hereby waive all provisions of law providing for a change of venue in such proceedings to any other county. 4.6. Notices. Service of any notices, bills, invoices or other documents required or permitted under this Assignment Agreement shall be sufficient if sent by one party to the other by United States mail, postage prepaid and addressed as follows: City: Public Works Director City of Carlsbad, Public Works-Administration 1635 Faraday Avenue Carlsbad, CA 92008 Assignor: GECCo, Inc. 1 1502 Alborada Drive San Diego, CA 92127 Assignee: Source 44 7163 Construction Court, Suite A San Diego, CA 92121 4.7. Nondiscrimination. During the term of this Assignment Agreement, the parties shall comply with the state and federal laws regarding non-discrimination. 4.8 Authority. The parties executing this Assignment Agreement on behalf of City, Assignor and Assignee each represent and warrant that they have the legal power, right and actual authority to bind the City, Assignor and Assignee, respectively, to the terms and conditions hereof. 4.9 Severability. Each provision, term, condition, covenant, andlor restriction, in whole and in part, in this Assignment Agreement shall be considered severable. In the event any provision, term, condition, covenant, andlor restriction, in whole and in part, in this Assignment Agreement is declared invalid, unconstitutional, or void for any reason, such provision or part thereof shall be severed from this Assignment Agreement and shall not affect any other provision, term, condition, covenant, andlor restriction, of this Assignment Agreement and the remainder of this Assignment Agreement shall continue in full force and effect. 4.10 Effective Date. This Assignment Agreement shall be effective upon the date and year first above written. ASSIGNOR: GECCo, Inc., a California corporation ~ -. *By: e. -i--, c , -.< .:s .~% -\. ;\ (si&& kc~x . .=:> =P LLc:k:c\k- (print nameltitle) **By: (sign here) ATTEST: (print nameltitle) ASSIGNEE: Source 44 (print nameltitle) **By: (sign here) /-4A~Ttlfd .y~m,?d S€C,( c,*Cy (print nameltitle) 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. 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. APPROVED AS TO FORM: RONALD R. BALL. Citv Attornev By: RESOLUTION 07-001 WHEREAS Dr. Jennifer L. Kraus is the President of Global Environmental Consulting Company, Inc. (DBA GECCo, Inc.), and is the sole shareholder of the company; BE IT RESOLVED THAT, Dr. Jennifer L. Kraus hereby has the sole authority to execute contracts and bind the corporation for any and all matters of business or otherwise. - Jennifer L. Kraus, MPH, PhD President, GECCo, Inc. June 18.2007 Date State of California ) CALIFORNIA ALL-PURPOSE county of flN D'L-0 ) CERTIFICATE OF ACKNOWLEDGMENT On Fe&ru&% a/o before me, ,/&b &?& &~/zw//o, R&c ib [here lr~rf nirn~dnd 77le of the nffr~r) personallyappeared ~NN'?F~x ,!kz /z&f, .mFH vwr/ -d A4 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signatureb) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (Seal) OPTIONAL INFORMATION Although the rnfoiir>i>tior, rii this rei iron i.5 not required tiy low, it couldpre~ent fraudulent reinovol and renrtaihmenr of thrs ucknowledqment to an iinaurhoilred document and may prove useful to persons relying on the attached docui7~ent. Description of Attached Document -- The preceding Certlflcate of Acknowledgment IS attached to a document !!!hod of signer 'dentlficatlon - - tltied/for the purpose of ps~ /d~/,~q&lf- AJ .e~-y,~~7;~ Proved to rile or1 the bd~~~ ofsatsfdctory evidence. ~ ~-~~ ~- I : : loim(i1 oi,drr.lri;iaron :> crrdble wineiilei! AGfl=/n@r 4 L ~ ~~~ LK ~ 6- ~ ~ - ~~ 0 ~~~ OQ~P;' ~~~ C/y. Notdrd ever11 15 detailed irl no1dry)ourrldl ail. i containing a and dated r@~- 14 Page x - tntry li - 1 I The signer(8) capacity or authority s/are as: , l~>d~vdual(\) Corporare Offcerls) -~ ~ ~ Ite:,! Notary contact: -- Other ---- ~~ ~ n Add~arldi S!gr>rrlii U ignrrlilTt~unrhpri~tl~) ! ; ~ I Guardian/ioniervator (7 1 Pirlner I ~m~trd/Grneral - : Twiteel,) 1-1 Other. KJZJa &&f/Pm//& representing: ~~ -- N,>#~P(<> (0, P?r$o,l($! or Fnt#Tyt8?51 S qr>e! 85 He~3r+,e!1t#!ng PWENG693 AMENDMENT NO. 1 TO AGREEMENT FOR TMDL CONSULTING SERVICES (GECCo, Inc.) This Amendment No.1 is entered into and effective as of the /y^\ -rK day of /T>VLx1M^L^L>tJXxyr12010. amending the agreement dated July 6, 2009 (the "Agreement") by ancybetween the Cny of Carlsbad, a municipal corporation, ("City"), and GECCo, Inc, a California Corporation, ("Contractor") (collectively, the "Parties") for TMDL and other consulting services. RECITALS A. The Parties desire to alter the Agreement's scope of work to include consulting and staff work related to Total Maximum Daily Load requirements in addition to Agua Hedionda Watershed TMDLs as imposed on the City, to include representing the City at meetings with Policy Makers among other items, as well as general technical regulatory support as needed; and, B. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed twenty five thousand dollars ($25,000). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by July 6, 2010. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22.01 6. The individuals executing this Amendment 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 Amendment. CONTRACTOR GECCo, Inc., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: Cit/Manager or Mayor \— r^ a i f=, (print name/title) oc. (e-mail address)ATTEST: *By: (sign here).ORRAINE City Clerk /oolr (print name/title) (e-mail address) 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. 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. APPROVED AS TO FORM: RONALD R. BALL, City Attorney Bv: Deputy City Attorne City Attorney Approved Version #05.22.01 Environments* Comuttfte Company RESOLUTION 07-001 WHEREAS Dr. Jennifer L. Kraus is the President of Global Environmental Consulting Company, Inc. (DBA GECCo, Inc.), and is the sole shareholder of the company; BE IT RESOLVED THAT, Dr. Jennifer L. Kraus hereby has the sole authority to execute contracts and bind the corporation for any and all matters of business or otherwise. June 18. 2007 Jennifer L. Kraus, MPH, PhD Date President, GECCo, Inc. EXHIBIT "A" SCOPE OF SERVICES AND FEE 1. Original Fee Schedule for original agreement remains in effect. Total compensation payable per original agreement year remains at $25,000 maximum. 2. Contractor may perform duties related to the following items: a. Review of draft or final documents related to 303d or other lists issued by the RWQCB. b. Attend meetings; represent the City; provide staff support on issues related to Total Maximum Daily Loads as applicable to the City of Carlsbad. c. Technical Regulatory Support as necessary, including but not limited to review of TMDLs and/or implementation plans promulgated in other jurisdictions. d. Other Special Projects as requested by Contract Manager. 3. Term of agreement and compensation payable remain unchanged. City Attorney Approved Version # 05.22.01 CERTIFICATE OF EXEMPTION WORKERS' COMPENSATION/EMPLOYERS' LIABILITY INSURANCE I, Jennifer L. Kraus, am the owner of GECCO, INC. I hereby certify that GECCO, INC. has no employees and is not required by law to maintain workers' compensation or employers' liability insurance. Should GECCO, INC employ any person during the term of the Agreement with the City of Carlsbad for TMDL CONSULTING SERVICES, then workers' compensation and employers' liability insurance will be obtained. JENNIFER L. KRAUS Name ._ . /0°t Signature GECCO, INC Owner of PWENG693 AGREEMENT FOR TMDL CONSULTING SERVICES (GECCo, Inc.) THIS AGREEMENT is made and entered into as of the r day of ftjJuJLiA _ , 20(f\, by and between the CITY OF CARLSBAD, a municipal corporation, Cpity"), and GECCo, Inc., a California corporation ("Contractor"). RECITALS A. City requires the professional services of an Environmental Consultant that is experienced in TMDL and Regional Water Quality Control Board Consulting. B. Contractor has the necessary experience in providing professional services and advice related to TMDL promulgation. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. 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 defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 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 for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for four (4) additional one (1) year periods or parts thereof in an amount not to exceed twenty five thousand dollars ($25,000) 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. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version #05.06.08 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be not to exceed twenty five thousand dollars ($25,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. 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". 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. 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 subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City Attorney Approved Version #05.06.08 9. INDEMNIFICATION 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 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. 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. 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 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 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 City Attorney 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. 10.1.1 Commercial General Liability Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (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. City Attorney Approved Version #05.06.08 10.1.3 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. 10.1.4 Professional Liability (if required). 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. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 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 furnish certificates of insurance and endorsements to City. 10.4 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. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. 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. City Attorney Approved Version #05.06.08 12. 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 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 this 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 will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all 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 notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: For Contractor: Name Elaine Lukev Name Jennifer Kraus MPH Title Storm Water Protection Manager Title President Department Storm Water Address 11502 Alborada Drive City of Carlsbad San Diego. CA 92127 Address 1635 Faraday Avenue Phone No. 858-674-9686 Carlsbad. CA 92008 Phone No. 760-602-7582 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. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, City Attorney Approved Version #05.06.08 agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all 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 the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise 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 forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be 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 upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version #05.06.08 20. 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 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. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event 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. 21. 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. 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 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 City Attorney Approved Version #05.06.08 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE 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. 24. 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 or 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. 25. 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. City Attorney Approved Version #05.06.08 8 26. 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. CONTRACTOR GECCo, Inc., a California corporation By: (si CITY OF CARLSBAD, a municipal corporation oftajS Stajt^o? California : //^^By e)City Manager or Mayor or Authorized Signatory (print name/title)ATTEST' (e-mail address^ By: (sign here)LORRAINE M. WOOD ' City Clerk c>NXv.sBAp > £-'/'',(print name/title) (e-mail address) 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. 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. APPROVED AS TO FORM: RONALD R. BALL, City Attorney )eputy City Attorney City Attorney Approved Version #05.06.08 RESOLUTION 07-001 WHEREAS Dr. Jennifer L. Kraus is the President of Global Environmental Consulting Company, Inc. (DBA GECCo, Inc.), and is the sole shareholder of the company; BE IT RESOLVED THAT, Dr. Jennifer L. Kraus hereby has the sole authority to execute contracts and bind the corporation for any and all matters of business or otherwise. June 18,2007 Jennifer L. Kraus, MPH, PhD Date President, GECCo, Inc. EXHIBIT A 11502 Alborada Drive __ San Diego, CA 92127 ^Global Environmental Consulting Company 858.674.9686/9697 tel/fax 'GECCO toe. June 17,2009 Elaine Lukey Storm Water Program Manager City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 RE: Agua Hedionda Lagoon TMDL Development Support Dear Ms. Lukey: GECCo, Inc. is pleased to provide this proposed scope of services to the City of Carlsbad (City) for environmental consulting services related to TMDL development for the Agua Hedionda Lagoon. This proposal has been prepared based upon your email request to me dated June 15, 2009. The proposed scope of services consists of three basic tasks, outlined in your email, and described below. Task 1, Meeting Attendance. Dr. Jennifer L. Kraus of GECCo will attend TMDL development meetings, either as a representative for, or in conjunction with City staff. It is GECCo's understanding that these meetings may include internal meetings with additional Agua Hedionda Watershed dischargers, other watershed representatives; or external meetings with Regional Water Quality Control Board (RWQCB) staff, EPA staffer EPA contracted-modelers. The estimate in the cost table below assumes there will be a maximum of twenty-four (24) meetings, up to 2-hours each ,at either City of Carlsbad, City of Poway or RWQCB offices. Task 2, Technical Support. GECCo will provide technical consultation on issues related to TMDL development for the Agua Hedionda Lagoon. These consultation services may include preparing, reviewing and commenting on documents related to de- listing applications; writing or revising TMDL problem statements; reviewing modeling protocol and results, source identification, load allocation; researching and summarizing TMDL implementation plans in other regions, and analyzing scientific studies and findings. Any documents prepared will be in Microsoft Office format. Task 3, Miscellaneous Activities. GECCo understands that the City may from time-to-time require assistance with relevant but separate activities, not otherwise specified in Tasks 1 and 2 above. Such assistance could include data coordination, RWQCB communications or other related activities. These services will be provided in accordance with the rates specified in the cost table below. GECCo Inc. Page 2 of 2 The tasks above shall be executed by Dr. Jennifer Kraus with assistance from Ms. Sharon Vidal. Dr. Kraus served on the San Diego RWQCB from 2004 to 2007 as was Vice Chair in 2007. During her tenure with the Board, she oversaw the promulgation of several TMDLs for local waters. Dr. Kraus and Ms. Vidal have worked together on multimedia environmental regulatory compliance projects for over ten years. The estimate of charges for Tasks 1 through 3 above is presented in the cost table below. The billing rates for Dr. Kraus and Ms. Vidal are $150 and $120/hour respectively. This estimate will not be exceeded without prior notification of the City. Should additional services be required beyond those specified in the table they will be billed on a time-and-material basis in accordance with the rates presented. Cost Table Task 1 2 3 Totals: Unit Cost ($/hr) $150 $150 $120 $150 $120 Hours 48 48 40 16 20 172 Subtotal ($) $ 7,200 $ 7,200 $ 4,800 $ 2,400 $ 2,400 $ 24,000 Expenses* $550 $200 $200 $950 Total Cost $ 7,750 $ 12,200 $ 5,000 $ 24,950 * Expenses are those primarily associated with mileage. Mileage will be billed in accordance with current U.S. General Services Administration mileage reimbursement rates. The term of this scope of services is estimated to begin June 24, 2009 and extend until July 1,2010. If the scope of services is agreeable, I understand a contract will be forwarded to GECCo. The terms of said contract will be reviewed upon receipt of the contract. Please feel free to contact me should you have any questions. I appreciate the opportunity to assist you. Sincerely, Jennifer L. Kraus, MPH, PhD President