HomeMy WebLinkAboutThe Gavares Group; 2013-05-23;AGREEMENT FOR PARTNERING SERVICES FOR THE DESALINATION PROJECT
(THE GAVARES GROUP)
THIS AGREEMENT is made and entered into as of the ^3^?^ ^lay of
d-i^H . 201S. by and between the CITY OF CARLSBAD, a municipal
corporation, ("CRy"). and THE GAVARES GROUP rContraclor").
RECITALS
A. City requires the professional sen^ices of a finn that is experienced In partnering.
B. Contractor has the necessary experience in providing professional services and
advice related to developing a collaborative partnership between the city's leadership team and
community stakeholders.
C. Contractor has submitted a proposal to City and has affinned its willingness and
ability to perfonn 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
WhHe 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 year from the date first above
written. The City Manager may amend the Agreement to extend It for three additional one year
periods or parts thereof in thirty thousand dollars ($30,000) per Agreement year. Extensions will
be based upon a satisfactory review of Contractor's perfomiance. 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.
5. COMPENSATION
The total fee payable for the Services to be perfonned during the initial Agreement term will be
thirty thousand dollars ($30,000). No other compensation for the Services will be allowed except
for Items covered by subsequent amendments to this Agreement. The City resen^es 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 perfonn 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
City Attorney Approved Version 1/30/13
necessaty. The persons used by Contractor to provide services under this Aareement will not be considered employees of City for any purpose. /agreement will not
The payment made to Contractor pursuant to the Agreement will be the full and comDiefB
"^HI^^ Contractor is entitled. City ^11 not make federal^
wrthlioldings on behalf of Contractor or its agents, employees or subc«SS Ci^ to
7^r^^l"Z IT' «»"P«^°" or unemployment ccJirtutK
1^^^ ^ employees or subcontractors. Contractor agrees to indemnify City within
ttwrty (30) days for any tax. retirement oontrtoution. social security. overZe MymenT
°' """P^nsation payment which ^ may leSj to
mal<e on behalf of Contractor or any agent, employee, or subcontractor of Cdntracto^fo^*
fr aT^rce'^KT^^tSl^."^' indemn^^r
7- SUBCOWTBACTIMfi
T «V portion of the Services without prior written approval of Ci^
If a)ntractor suboontrarts any of the Services. Contractor will be fully responsibte to ^ for the
acts and omissions of Contractor's subcontractor and of the persons eKraSly oVfr^ired^
t'^.T^'V!^ '^ ^"^"^ «<*«^ omissions cK^d 3
S^"*^'"- '^'^'"9 contained in this Agreement wNI create any contraS
^'1!!!^ subcontractor of Contractor and City. Contractor wHI be r^i^sSefo
rSnlf^f Contractor will bind every subcontractor and eveiy subcontractor of
f^?*?'™*?'L''yJ'* ^ Agreement applicable to Contractor's wori< unleS
specifically noted to the contrary in the subcontract and approved in writing byOty.
8- OTHER CONTRACTnt^^
The City reserves the right to employ other Contractors in connection with the Services.
9- INDEMNIFICATIQN
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
axl volunteers from and against all claims, damages, los^ and expenses IndudL aSw
fees ansing out of tt|e performance of the wori< described herein caused by any negSce
reci^lessness. or willful misconduct of the Contractor, any subcontractor, anwne d?S o^
indirectly employed by any of them or anyone for whose acte any of tlWmky^teble!^
JHZl^^Z^^JPT P«y^«"«. a««neys fee. costs or expense City incurs or
rm^L?l°r -^If ^ .'"'"''^ employee under the City's self-administered wort<ers'
compereatlor^ IS included as a loss, expense or cost for the purposes of this section andttiat
this section will sunwe the expiration or eariy temiination of thfe /Sreement
10- INSURANCE
^^^^Jf! ^ ^ ^ Agreement and any and all
* ^' against daims for injuries to persons or damage to property Which may
anse out of or in Mnnection with perfomiance of the services by infractor or Contractors
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 canler is required to have a cun-ent Best's Key Rating of not less than "A-VM" OR
!!r?Q?.r!2.'"® '"^I^' °" California's List of Eligible Surplus Une " Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least 'ArX".
10.1 Coveraoas and I ImHc
Contractor wrtll mahtain the types of coverages and minimum limits indicated below, unless Risl<
Manager approves a lower amount. These minimum amourrtsof ^,^^e^
2™fS^ r«f")l °' '=aP on Contractor's indemnification obligations under this
Agreement. City, rts officers, agents and employees make no representation that the limits of
CHy Attorney Approved Vetsion 1/3(V13
the insurance specified to be candied 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.
^O "* -^ , ^ Commercial General Uabilftv Insurance. $1.000.000 r.nmhinftri Qingk>-iimit
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 Uabt% (If the use of an automobile is involved for
Contractor's work for City). $1,000,000 combined single-limit per accident for bodily iniurv and
property damage.
,. ^ ^0-1-3 Wori<ers' Comoensatton and Emolover's Uabllitv WnricAr«« nompancofi^n
limits as required by the California Labor Code. Woricers' Compensation will not be required If
Contractor has no emptoyees and provWes, to City's satisfaction, a declaration stating this.
'^^'^'^ Professional Llabi% En-ors 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 completfon of the wori<.
^ If box is checked. Professional Liability
city's initiais CoWtractoi's Initials Insurance requirement is waived.
10-2. Additional Provisions. Contractor will ensure that the polteies 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 Commercial General
Liability which shall provide primary coverage to the City.
10.2.2 Contractor will obtain occun^ence 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 certif ied mail pursuant to the Notice provisions of this Agreement.
l^-^ Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will fumlsh certificates of Insurance and endorsements to City.
^^'^ 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
mairitain 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 any time,
complete and certified copies of any or alt required insurance policies and endorsements.
11. BUSINESS UCENSE
Contractor wilt obtain and maintain a City of Cartsbad Business License for the tenn of the
Agreement, as may be amended from time-to-time.
city Attorney Approved Version 1/3(yi3
12. ACCOUNTiNG RECORDS
Contractor will maintain complete and accurate records wfth respect to costs Incurred under this
Agreement. All records wilt be clearty identifiable. Contractor wilt allow a representative of City
during norrnal business hours to examine, audit, and make transcripts or copies of records a^
^nr^ Z^^^^"^^?'^^^^ P""?"^"^ *° Agreement. Contractor will allow inspection of all work, data, documeiits. proceedings, and activities related to the Agreement for a oerkxl of three (3) years from the date of final payment under this Agreement.
13- OWNERSHIP OF DOCUMEMTjjt
fn'timS'^A^''^*^ produced by Contractor or its agents, employees, and subcontractors pursuant
nr^Z^f^^lT^^ ^ Agreement is temiinated, alt woric
product produced by Contractor or Its agents, emptoyees and subcontractors pursuant to thfe
Agr^ment will be delivered at once to City. Contractor will have the right to make one (1 cow
of the wori< product for Contractor's records. « «^ i;opy
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the servtees will be vested in Citv and
Contractor relinquishes all claims to the copyrights In favor of City. ^
15. NOTICES
^rll^^^H^^ft^ ^^^""1 u*^ are authorized to give written nottees or to receive written notice on behalf of City and on behalf of Contractor under this Agreement.
^SLmL For Contractor
^^^^ Patrick Vaughan Name John Gavares
™e Deputy Director Title Owner
Department Public Works/TRANS Address 3094 Olive St.
City of Cartsbad San Diego. CA 92104
Address 5950 El Camino Real Phone No. 619-980-1887
Carlsbad, CA 92008 Email lohngavares@cox.net
Phone No. 760-602-2780x7321
^^^L'^'!^ I?''" "f"^ ^3 ^^^^L Immediately of any changes of address that would require any notice or delivery to be directed to another address ^ 16. CONFLICT OF INTgPi-ftT
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Cartsbad Conflict of Interest Code. The Contractor shall reoort
investments or interests in alt four categories. ^
GENERAL COMPLIANCE WITH I^^WR
Contractor win keep fully informed of federal, state and local taws and ordinances and
n^rfolTL'^'^ii '"c^"^. manner affect those employed by Contractor, or In any way affect the
performance of frie Services by Contractor. Contractor wHI at alt times observe and comply with
r!^ j?^®' ^'^^"^c®®: and regulattons and will be responsible for the compliance of
Contractor's services with all applicable taws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and wilt compfy with those requirements, including, but not limited to, verifying the eiraibitltv for
employment of alt agents, emptoyees, subcontractors and consultants whose services are
required by this Agreement.
City Attorney Approved Versfon 1/30/13
DISCRIMINATION AND HARA^^SMENT PRQHIR^TFn
19. DISPUTE RESOLIinpM
lL^.!?!S*f ® ^"^^ regarding the perfonriance of the Servfces the following procedure wilt
be used to resoh/e any questions of fact or interpretation not otherwise settled by agreemerrt
between the parties. Representatives of Contractor or City will reduce such queslfons, and their
respective views, to writing. A copy of such documentkl dispute will be foS^Ttotti
parties involved along with recommended methods of resolutton, which would be of benefit to
both parties. The representative receiving the letter will reply to the tetter along with a
recommended rnethod of resolutton within ten (10) business days. If the resolution ttius
o unsatisfactory to the aggrieved party, a tetter outfining the disputes will be fonA^arded
r '^"a9®'^ J*^e City Manager win conskler the facts and solutions recommended by
each party and may tfien opt to direct a solutfon to the problem. In such cases, the action of the
K ^^'"^'"9 upon the parties involved, atttiough nothing In tills procedure will
prohibit tfie 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 mav
torminate ttiis Agreement for nonperformance by notifying Contractor by certified mall of tfie
^IJrr^S:^ u 9^ ^^^^ *° Indefinitely postpone the wort< or sendees
S.nfr^ f ^ this Agreement. City may terminate this Agreement upon written notice to
contractor. Upon notification of temiination. Contractor has five (5) business days to deliver anv
docuiTients owned by City and all woric in progress to City address contained In this Agreement.
City will make a determination of fact based upon the wori< product delivered to City and of the
percentage of wori< that Contractor has perfomried whfch is usable and of worth to City in having
Agr^m^^* ^P'®*®^. Based upon that finding City win detemiine the final payment of the
Either party upon tendering tfiirty (30) days written notice to tiie other party may terminate this
Agreerrient. In tfiis event and upon request of City. Contractor win assemble the woric product
and put It in order for proper flHng and closing and deliver it to City. Contractor will be paid for
work performed to the terminatton date; however, the total will not exceed the lump sum fee
payable under this Agreement. City win make the final determinatton as to the portions of tasks
completed and ttie compensation to be made.
21. COVENANTS AGAINST CONTINGEh|T FFF<y
(^ntractor vrarrants that Contractor has not employed or retained any company or person other
than a bona fide employee wort<ing for Contractor, to solteit or secure this Agreement, and that
contractor has not pato or agreed to pay any company or person, otfier than a bona fkJe
employee any fee, commlsston, percentage, brokerage fee. gift, or any other consideration
contirigent upon, or resulting from, the award or making of tills Agreement. For breach or
viotetion of tills warranty. City wlH have the right to annul this Agreement wittiout liabHIty. or in
Its discretion, to deduct from the Agreement price or consideratton. or othenAwse recover, the full
amount of the fee. commission, percentage, brokerage fees. gift, or contingent fee.
22. CLAIMS AND LAW5^n^T«
By signing tills 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
antiapatiori of litigation or In conjunctton 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
pro^ution. Contractor acknowledges ttiat Catlfomja Govemment Code sections 12650 etseo
the False Claims Act applies to this Agreement and. provides tor civil penalties where a p^n
knowingly submits a false claim to a pubtto entity. These provisions include false claims made
City Attorney Approved Version 1130/13
Tr^!^^!^ u^J!^^^ ^® '^'^ information or in reckless disregard of the tmtti or falsity of
^ 'f^y^' penalties pureuant to the False Claims Act. It is entitled to
recover rts Htogation costs, Including attorney's fees. Contractor acknowledges tiiat the filing of a
telse claim may subject Contractor to an administrative debamient procei^K 3^ rK
Z^Tr2^^ ?! ^ P5®^®"*®tto act as a Contractor on any publfc wori< or improvement
or a period of up to five (5) yeare. Contractor acknowledges debarment by another jurisdtotion
IS grounds for City to terminate this Agreement. junsaiciion
23. JURISDICTIONS AND VEMUF
Any action at law or in equity brought by either of the partfes for the purpose of enforcing a right
or nghts provided for by ttiis Agreement wiH be tried In a court of competent jurisdicti^ in me
County of San Diego, State of Calrfomia. and the parties waive ail provistons of law provkJIng for
a change of venue in ttiese proceedings to any otiier county. K yiui
24. SUCCESSORS AND ASSIGN^
It is mutually understood and agreed tiiat this Agreement wlH be binding upon City and
Contractor and their respective successors. Neither this Agreement nor any part of it nor any
TrZ^ K' ? ."J^r "^"^ ™y ^ ^^^"®^ by Contractor without the prior consent of City, which Shan not be unreasonably wittiheld.
25. ENTIRE AGREEMCMT
This Agreement, together wrth any ottier written document referred to or contemplated bv it
Anroi^* i«2 Agreement and its provistons. embody tfie entire
rS!^^^ ^ understanding between the parties relating to the subject matter of ft. In case of
conflict, tiie tenrns of ttie Agreement supersede the purchase order. Neitiier tills Agreement nor
^Ld bykSm^Xs'"^^ amended, modlfted. waived or discharged except In a writing
//
//
//
//
//
//
//
//
//
//
//
//
//
//
City Attorney Approved Version 1/30/13
26. AUTHORITY
The individuals executing tills Agreement and tiie instruments referenced in It on behalf of
^^^^^ r^i; represent and warrant that ttiey have the legal power, right and actual authority
to bind Contractor to the temris and conditions of this Agreement.
CONTRACTOR CITY OF CARLSBAD, a municipal
corporatton of tfie State of Califomia
By:
(print name/title)
(sign here)
(print name/title)
By:
Crty Manager df Mayors Division Director*'' "^o/
as autfiorized by the City Managy^^<^v.sBAo
BARBARA ENGLESON
CltyCleri<
If required by City, proper notarial acknowledgment of execution by contractor must be
attached. If ^ cqrpor^tion, Agreement must be signed by one corporate offteer from each of tiie
following two groups.
firoyoJi
Chaimnan,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporatton must attach a resolution certified by tiie secretary or assistant
secretory under corporate seal empowering the officers) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attomey
Assistant City Attomey
AGREEMENT FOR PARTNERING SERVICES FOR THE DESALINATION PROJECT
(THE GAVARES GROUP)
City Attomey Approved Version 1/30/13
ACKNOWLEDGMENT
State of California
County of San Diego )
On )1 ^ before me, Mary Agostino, Notary Public
(insert name and title of the officer)
personally appeared ^(^U<^ 2^<.
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) 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. t^S^^^W»
Signature 0^1^ ^3^^,, VTZ. ."^ffltffff.l'ftrf
Notary Mic-Ctllioniia
tiiOliioCwiiily g 1
EXHIBIT "A-
SCOPEQFSgftVlf;if.Q
Desired Outcomes
toed on our understar^ing at ttils time, ttie City's leadership and prp|ect team wish to convene a
partnership amongst an parlies Involved in the project «»»i™c»ve oaiaoorative
2Ste<rilSL"^S!S?^S °* '"'PWtent to all stakeholders at this linie Mi^^^T^^ agreements as to the approaches and avenues in place to
Emerge wHh commitments to working together that ensures effective communk»tiQn oow«na«on,collaboratton and cooperation bel^ communteation,
SI MSe'^SSSr^n™™ J^'^Jf'' *^'<»*-«"?:«'' and working Collaboratively together in
1.
2.
3.
4.
IL Scope of Services: We will wori( closely witti ttie City's project team to desian a orocess to
Selmi:^^^^^^^^ '^^^ iLtifted'cSrtrX'ed'^^^
s;j:^sr!ir^^^^ '''^'^"^ ^^^^ ^p^^
^^Jt!^ ^^^^ ^^^^ s"^® b^Jken out In ttie table below:
m^^^^^r^,''^'''' ^ ^^^^""9h flying to San Diego for face to face
1. Have Planning and Coordination Meetings/conversations witti ttie City Manaaer CItv
Attomey and ottier key Carlsbad leaders. This will help develop a ttiwouoh
understanding of the issues and clarity and alignment about the desiredoutcomes the
scope of wort< and ttie project plan, including schedule and milestones
a^?^}^2^ S:^^^ planning meetings as needed witfi ottier key City members (e a
g^D^^Transporta^on Dl.sk.n Mgr., eta, pr^ec. stThJ^^
Task
1 &2
above
NA
Total
Description
Coordination
Meetings with
Carlsbad Clients
Airline Right
Formula (hours x rate)
John Gavares x 1 hr x 2mtng x $20Q/hr = $400
Karen Scarborough x 1 hr x 2 mtng x $175/hr =
$350
1 round trip ticket • Sacramento to San Diego
Cost
Ranq<
$750
$400
$750-
$1150*
ZH.®'"'?®/®^® ™^ ^ Sacramento team member meetir^a kev partfcipants face to face during these Planning and Coordination Meetings. ^
B. Data Gathering Phase
Phase B Fee Range: $2700. Details are broken out in ttie table betow
1. Review written documents provWed by the City and ottier stakeholders to assist in
ZH^^JH understanding of ttie profecl. its background, current issues and
recent developments, and to develop readiness for delivering effective partnertro and
community engagement and conflict resolution sen^fces pannenng ana
city Attomey Approved Version 1/30/13
2. Conduct Inten^ws wltti representatives of City, prefect and community stakehoklers
gaflier mput regarding ttie partnering workshop ol)|ectives, priority issues, and
suggestions for a successful partnership process.
Develop a "Summary of Pre-workshop Interview Responses."
Participate in planning, preparation and coordination conversations, as necessary
Task Description Formula (Staff x Hours x Rate x Activity) Cost
Range 1 Review written
documents to
developing an
essential
understanding of ttie
proiect
John Gavares x 1 hr x $200/hr = $200
Karen Scarborough x 1 hr x $175/hr = $175 $375
2 Conduct interviews John Gavares x 12 ints. x .5 hrs x $200/hr =
$1200
Karen Scarborough x 6 ints. x .5 hrs x $175/hr«
$525
$1,725
3 Develop Summary
of inten^iew
Responses
John Gavares x 12 ints. x .25 hrs x $200/hr. =
$600 $600
Total $2,700
Workshop Design, Preparation and Facilitation Phase
Phase C Fee Range: $3038. Details are broken out In ttie table below:
1. Rnal planning, preparation and coordination: Participate in meetings wltti key project
team members and stakeholders to discuss priority issues to address during ttie session
agenda, and any final planning, preparation and cooidination conversations, as
necessary.
2. Develop ttie design, all woricshop materials, and power-point presentations for the partnering session.
3. Coordinate final logistics witii key personnel, as necessary.
4. Disseminate agenda and ottier pre-reading information to wori<shop participants.
Task Description Formula (Staff x Hours x Rate x Activity) Cost
Range 1 PInng, Prep and
Coord Mtiigs witfi
Carisbad Project
Leaders
John Gavares x 1 hr x 2 mtngs x $200/hr =
$400
Karen Scartjorough x 1 hr x 2 mtngs x $175/hr
= $350
$750
2 Design. Workshop
Materials, etc. John Gavares x 6 hrs x $200/hr = $1200
Karen Scarijorough x 4 hrs x $175/hr = $700
Support person x 2 hrs $35/hr =$70
$1,970
3 Coord. Rnal k>gistk2s John Gavares x .5 hr x $200/hr =$100
Support person x .5 hrs $35/hr = 18 $118
4 Communique to all
wort(shoD participants
John Gavares x 1 hour x $200 $200
Total $3,038
City Attomey Approved Verston 1/30/13
F.
ill.
Workshop Facilitation
f ^"J? ^^^^ ^ the table below: TTw additional $2400 is based on Karen Scartwrough flying to San Diego and servlna as a second consultant during ttie wort(Shop. ^ serving as a
1. Facilitate tiie Partnering and Engagement Wort^shop.
Task Description Formula (Staff x Hours x Rate x Activity) Cost
Range 1 Facilitate ttie
Partnering &
Engagement
Wori<shop
John Gavares x 8 hrs x $250 hour = $2000
Support person x 8 hrs x $35/hr = $280
Karen Scart)orough x 8 hrs x $250 hour =
$2400
(Karen Scartxirough partfcipation will be
detemnined as session approaches) - (tiie
$2400 rate Includes airfare cost of $400)
$2,280
$4,680
Total $2,280
_^,680
Post Workshop Activities
Phase E Fee Range: $1430. Details are broken out in ttie table below
• ® ? Worttshop Discussion Notes." Distilbute to City project team, and
2. uWrnately, to all workshop participants.
Description Formula (Staff x Hours x Rate x Acthfity) Cost
Ranae Develop a Summary
of Wort(shop Notes
and Agreements
John Gavares x 2 hrs x $200 hr = $400
Karen Scartwrough x 1 hour x $175/hour =
$175
Support person x 3 hrs x $35/hr = $105
$680
Coordinatton Meetings
witti Carisbad Clients
John Gavares x 1 hr x 2 mttigs x $200/hr =
$400
Karen Scart)orough x 1 hr x 2 mtifigs x
$175/hr = $350
$750
$1,430
AddHionai Services to Address Emergent Issues:
?»H^"J? outlined m the Phases above, should other tasks develop that the City of
Cartsbad requests asslstanoe In, we can accommodate these requests. We wouM use the rate
structure desolbed betow for these additional services. The sanw^rate mJ«e^^l^T,
foitow-up work after the "Partnering and Community Engagement Workslwp» TKS fcJ
X^haT $17,000-$19,000. We will only do these tasks at *e re^ueTcTp^
Cost of Services
?fl^lf conversations, ttie fee range for Tasks A-F is $10198 to
rJ^!!S'l"1^ r?.*"^ ^"^^"^J^ Services described in Task F, ttie fee will be up to $30,000. This IS based on ttie following Fee Rate: vww.ww. ims
Staff
John Gavares
Rate
$250/hour for Worttshop Facilitation
$200/hour for pre and post session tasks
Karen Scarborough
Support Staff
$250/hour for Workshop Facilitation
$175/hour for pre and post session tasks
$35/hour
We wi« on^ bill for actual services that are provkled. This includes travel expenses for UD to two
trips from Sacramento to San Diego. This fee covers senses through theZh^top aS?^
post workshop sessfon debrief and next-phase pianntng disousstorS. CosteeSted'S ml
^ Q City Attomey Approved Version 1/30/13