Loading...
HomeMy WebLinkAbout2009-05-19; City Council; Resolution 2009-117EXHIBIT 1 1 RESOLUTION NO. 2009-117 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING A REIMBURSEMENT 3 AGREEMENT WITH THE CITY OF LOS ANGELES AND APPROVING A CONSULTANT AGREEMENT TO PREPARE 4 THE 10-YEAR BIOLOGICAL MONITORING REPORT FOR THE BATIQUITOS LAGOON ENHANCEMENT PROJECT. 5 CASE NAME: BATIQUITOS LAGOON BIOLOGICAL MONITORING PROGRAM 6 WHEREAS, the City Council has previously entered into agreements with the 7 Board of Harbor Commissioners of the City of Los Angeles (Board) and Merkel & Associates for 8 the 10-Year Biological Monitoring Program for the Batiquitos Lagoon Enhancement Project; and 9 WHEREAS, the City of Carlsbad was permittee for the restoration of Batiquitos 10 Lagoon and responsible for special conditions of the original Coastal Development Permit, Department of Army Permit, Stream bed. Alteration Agreement which required implementation of a long term monitoring program; and WHEREAS, the Board has agreed to reimburse the City of Carlsbad for long14 term biological monitoring required by said permits; and WHEREAS, the City of Carlsbad staff, in coordination with Board staff, selected16 Merkel & Associates to perform the long-term biological monitoring program for the lagoon and awarded a contract to Merkel & Associates for said monitoring; and1 8 WHEREAS, the City of Carlsbad staff and Board staff deemed it necessary to „ include physical as well as biological information, including tidal, bathymetric, and 71 hydrogeomorphologic assessments, in the 10-year Batiquitos Lagoon Biological Monitoring 22 Report which caused a delay in the preparation of the report; and 23 WHEREAS, the Reimbursement Agreement with the Board (LAHD 1419-7) and 24 the contract with Merkel & Associates have expired prior to preparation of the 10-year report; 25 anc' 26 WHEREAS, by this action the City Council hereby finds it necessary, desirable, 27 and in the public interest to complete the long-term biological monitoring program for the lagoon; 28 and 1 WHEREAS, the Board has approved a new Reimbursement Agreement (LAHD 2 1419-8) for long term monitoring services and City of Carlsbad administrative costs. 3 NOW, THEREFORE, BE IT HEREBY RESOLVED by the City Council of the City 4 of Carlsbad as follows: 5 1. That the above recitations are true and correct. 2. That a Reimbursement Agreement with the Board of Harbor Commissioners of the City of Los Angeles regarding funding and administration of the long term biological monitoring (Exhibit 2 attached) has been prepared and is hereby approved in the not-to-exceed amount of $330,000 and the Mayor, upon receipt of signed copies of the Reimbursement Agreement, is authorized to execute said agreement. Following the City's execution of said „ agreement, the City Clerk is directed to return five (5) signed original copies of the agreement to the Port of Los Angeles, Attention: Dr. Ralph Appy, Director of Environmental Management, 425 10 South Palos Verde Street, San Pedro, CA 90731, and one signed photocopy to the Planning Department. 3. That a consulting agreement (Exhibit 3 attached) with Merkel & Associates 12 for consulting services to complete the long term biological monitoring program for Batiquitos Lagoon including field surveys and final report preparation and delivery, is hereby approved and 13 the City Manager is authorized to execute said agreement. Following the City Manager's execution of said agreement, the City Clerk is directed to forward copies of this resolution and 14 said agreement to Merkel & Associates, 5434 Ruffin Road, San Diego, CA 92123 and to the Planning Department. 15 PASSED AND ADOPTED at a regular meeting of the City Council of the City of 16 Carlsbad on the 19tb day of May 2009, by the following vote, to wit: 17 AYES: COUNCIL MEMBERS LEWIS, HALL, PACKARD AND BLACKBURN. 18 NOES: NONE. 19 ABSENT: COJ^GJL MEMBER KULCHIN. 20 " 21 22 23 ATTEST: 24" 25 LORRAINE M. WOOD, City Clerk 7 26 (SEAL) 27 28 -2- EXHIBIT 2 LAHD AGREEMENT NO. 1419-8 REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF CARLSBAD AND THE CITY OF LOS ANGELES FOR COMPLETION OF THE LONG TERM BIOLOGICAL MONITORING OF THE BATIQUITOS LAGOON ENHANCEMENT PROJECT. THIS AGREEMENT is made and entered into by and between the CITY OF CARLSBAD, a municipal corporation of the State of California, hereinafter referred to as CITY and the City of Los Angeles acting by and through the Board of Harbor Commissioners hereinafter referred to as BOARD. RECITALS WHEREAS, BOARD and CITY are parties to a Memorandum of Agreement (MOA) with various federal and state agencies which established procedures and responsibilities for design, construction and maintenance of the Batiquitos Lagoon Restoration Project (Project); and WHEREAS, on December 10, 1996, the BOARD entered into LAHD Agreement No. 1419-7 to reimburse CITY for the completion of long term (10 year) biological monitoring of the restored lagoon as required in state and federal permit conditions and to assist City with administration of the Project monitoring; and WHEREAS, in accordance with LAHD Agreement No. 1419-7, CITY engaged the firm of Merkel and Associates, Inc., hereinafter referred to as CONSULTANT, to perform all the services necessary to complete the long term biological monitoring services for the Project; and WHEREAS, CONSULTANT provided monitoring reports at years 1, 2, 3, and 5 post lagoon restoration; and WHEREAS, LAHD Agreement No. 1419-7, incorporated herein as Exhibit A, expired prior to the completion of the final monitoring report for year 10. Now, THEREFORE, in consideration of the covenants and conditions, it is agreed as follows: 1. CITY's Responsibility. CITY will provide to Board the final CONSULTANT monitoring report for year 10 by June 30, 2009, prepared in accordance with the agreement to conduct long term biological monitoring of Batiquitos Lagoon between CITY and CONSULTANT ("Consultant Agreement"), which Consultant Agreement is attached as Exhibit B, and incorporated herein by reference. 2. BOARD'S Reimbursement for CITY costs. BOARD shall reimburse CITY up to $330,000 for i) costs incurred by CITY under Consultant Agreement for the final monitoring report for year 10; and ii) CITY'S administrative costs incurred under Consultant Agreement within 30 days of receipt of an invoice from City. 3. Acceptability of Consultant Work. In the event the BOARD or CITY through their Project Directors are not satisfied with CONSULTANT'S work then the CITY Project Director shall be obliged to meet and confer in good faith with the Director of Environmental Management to correct the dissatisfaction. In the event that, after meeting and conferring in good faith, the parties are unable to agree, a meeting of the CITY'S City Manager and BOARD'S Executive Director shall be held to resolve the dispute. 4. Effective Date and Term. The effective date of this Agreement is the date of the last signature fully executing this Agreement. The term of this Agreement shall be for six (6) months from the effective date. 5. Proprietary Information. CITY'S Consultant Agreement shall provide that the work product of CONSULTANT retained by CITY shall be owned jointly by CITY and BOARD and shall not be released to any other party or used for any purpose by the CONSULTANT without the consent of both CITY'S and BOARD'S Project Directors. /inn 1111 /1 nun nun nun mm mm mm mm m m mm mm IN WITNESS WHEREOF, the parties hereto have executed this agreement on the day and year first above written. CITY OF CARLSBAD, a Municipal Corporation of the State of California Carlsbad City Attorney CITY OF LOS ANGELES, by and through its Board of Harbor Commissioners By Executive Director Attest Board Secretary APPPROVED AS TO FORM: By Los Angeles Assistant City Attorney ,2009 LAHD AGREEKRNT NO. 1419-7 REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF CARLSBAD AND THE CITY OF LOS ANGELES FOR LONG TERM BIOLOGICAL MONITORING OF THE BATIQUITOS LAGOON ENHANCEMENT PROJECT LAHD EXHIBIT A HARBOR DEPARTMENT AGREEMENT /#?- 7 CITY OF LOS ANGELES THIS AGREEMENT is made this day of 1996, between the CITY OF CARLSBAD, a municipal corporation of the State of California, hereinafter referred to as CITY, and the City of Los Angeles acting by and through the Board of Harbor Commissioners hereinafter referred to as BOARD. RECITALS WHEREAS, BOARD and CITY are nearing completion of a project identified as the enhancement of Batiquitos Lagoon (Project) as mitigation for Los Angeles Harbor fills; and WHEREAS, BOARD and CITY are parties to an Agreement ( "MOA" ) with various- federal and state agencies which established procedures and responsibilities for design, construction and maintenance of the Project; and WHEREAS, CITY has during the course of Project development accepted permit conditions requiring CITY to monitor the Project; and WHEREAS, CITY has received proposals and is now proposing to award a contract for the long term monitoring of the completed project; and WHEREAS it is necessary for CITY and BOARD to enter into an Agreement to complete the MOA and fulfill the monitoring/permit requirements; and WHEREAS, BOARD will fund the amount necessary to monitor the Project and to assist City with administration of the Project monitoring . Now, THEREFORE, in consideration of the covenants and conditions, it is agreed as follows: 1. Carlsbad's Retention of Consultant. CITY will engage the firm of Merkel and Associates, Inc. hereinafter referred to as CONSULTANT to perform all the services necessary to complete the long term biological monitoring services for the Batiquitos Project as described more specifically in Agreement between CITY and CONSULTANT. 2. BOARD'S Reimbursement for CITY Costs. Unless this agreement is first amended in writing by BOARD and CITY, the not-to- exceed amount of this reimbursement agreement is $1,883,876 (see Exhibit 1) for i) long term biological monitoring consultant costs incurred through CITY Contract with CONSULTANT at a not-to-exceed $1,794,168 (Exhibit 2) and ii) CITY administrative costs associated with this CONSULTANT'S agreement at a not-to-exceed $89,708 (Exhibit 1). CONSULTANT costs shall be based on the compensation provisions of the CITY - CONSULTANT agreement (Exhibit 2} . CITY shall be compensated at a rate of five (5) percent of CONSULTANT invoices. Properly prepared invoices of CONSULTANT shall be forwarded to CITY and BOARD for direct payment to CONSULTANT by BOARD in a timely manner. Upon approval of CONSULTANT invoices, CITY administrative costs shall be paid to CITY using the form attached as Exhibit 3. 3. Availability of Funding. The Board's obligation for payment of any contract funds beyond the current fiscal year end is contingent upon the availability of funding from which payment can be made. No legal liability on the part of the Board shall arise for payment beyond June 30 of the calendar year unless funds are made available for such performance. 4. Pro-iect Directors. Both BOARD and CITY shall appoint one (1) Project Director each to represent BOARD and CITY to administer the project in the following way: a. The Project Directors shall have joint authority to authorize and execute monitoring change orders increasing or decreasing the contract amount in excess of $50,000 per change order as long as any increases do not exceed the CONSULTANTS $100,000 contingency amount of Exhibit 1 to this agreement. Changes in excess of the amounts specified in Exhibit 1 shall be approved in advance by CITY and BOARD. Project Directors have joint authority to move funds between tasks specified in Exhibit 2.B., and to approve increases and decreases to the contract time. CITY agrees it will not amend or terminate the Consultant agreement without approval from BOARD'S Executive Director. b. For the purposes of this paragraph 4 and other paragraphs of this agreement, the "joint authority" of the parties shall be defined as the mutual obligation to meet and confer in good faith with joint authorization occurring if the parties are in agreement. In the event that, after meeting and conferring in good faith, the parties are unable to agree, a meeting of the City Manager and the BOARD'S Executive Director shall be held to resolve the item in dispute. 5. Acceptability of Consultant Work. In the event the BOARD or CITY through their Project Directors are not satisfied with CONSULTANT'S work then CITY Project Director shall be obliged to meet and confer in good faith with BOARD Project Director to correct the dissatisfaction in accordance with the "joint authority" provisions of paragraph 4.b. Above. 6. Appointment of Proi'ect Directors. Board's Executive Director and the CITY'S City Manager shall each appoint a Project Director for the Project. It is understood that the Project Directors initially appointed are: Mr. Gary Wayne for the CITY and Dr. Ralph Appy for the BOARD. Should one or both of the Project Directors need to be replaced over the term of the agreement, then the new Project Director (s) must be acceptable to both the Executive Director and City Manager. Acceptance of the Project Director shall be by written notification. 7. Term. The term of this reimbursement agreement is 3923 days from the date of the last signature. 8. Proprietary Information. The work product of CONSULTANT retained by CITY shall be owned jointly by CITY and BOARD and shall not be released to any other party or used for any purpose by the CONSULTANT without the consent of both CITY and BOARD Project Directors. 10- IN WITNESS WHEREOF, the parties hereto have executed this agreement on the day and year first above written. CITY the S OF ILSBAD, a Municipal Cooperation of California Attest ALETHA L. RAUTENKRANZ, City CITY OF LOS ANGELES, by and through its Board of Harbor Commissioners APPROVED AS TO FORM: By. / Executive Director RONALD R. BALL, /City Attorney . 1996 APPROVED By_', 1996 RAYMOND P-^BENDER, Assistant City^Attorney Budget - FY194&/ Funds Available, Dateund A "J H Exhibit 1 LAHD REIMBURSEMENT AGREEMENT 1419-7 EXHIBIT 1 CONTRACTUAL SERVICES AND CARLSBAD ADMINISTRATIVE SERVICES FOR LONG TERM MONITORING PROGRAM FOR THE BATIQUJTOS LAGOON ENHANCEMENT PROJECT 1. SUBAGREEMENT1 - CONSULTANT SERVICES Merkel & Associates, Inc. - Contract Amt. S 1,694,168 Long Term Monitoring Services Contingency $ 100,000 City of Carlsbad Agmt. S 1,794,168 II. SUBAGREEMTN 2 - CARLSBAD ADMINISTRATIVE SERVICES Staff Salaries, Supplies, Travel* 5% of Contractual Services $ 89,708 III. SUMMARY Contractual Services $ 1,794,168 Carlsbad Administrative Services S 89.708 Not-To-Exceed S 1,883,876 *The reimbursement to Carlsbad for administrative services will be automatically paid to Carlsbad as 5 percent of the contractual services invoices. rt- EXHIBITS AGREEMENT FOR CONSULTING SERVICES TO COMPLETE THE FINAL REPORT FOR THE BATIQUITOS LAGOON LONG TERM BIOLOGICAL MONITORING PROGRAM (Merkel & Associates) JhllS AGREEMENT is made and entered into as of the day of ^AAtiU/jp 20 0f, by and between the CITY OF CARLSBAD, a municipal corporation ("City"), and Merkel & Associates, an environmental services firm ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in biological monitoring and reporting B. Contractor has the necessary experience in providing professional services and advice related to completion of the final report for the Batiquitos Lagoon Long-Term Biological Monitoring Program. 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 90 days from the date first above written. The City Manager may amend the Agreement to extend it for one additional 90 day period or parts thereof in an amount not to exceed three hundred thirteen thousand, five hundred dollars ($313,500) for all professional services received. 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. City Attorney Approved Version #05.06.08 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 performed during the initial Agreement term will be three hundred thirteen thousand, five hundred dollars ($313,500). 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. City Attorney Approved Version #05.06.08 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 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-:VM". 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. City Attorney Approved Version #05.06.08 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. 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. 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 4 n 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: Name Michele Masterson For Contractor: Title Senior Management Analyst Department Planning Name_ Title Merkel & Associates Principal Consultant City of Carlsbad Address 1635 Faraday Ave. Address 5434 Ruffin Rd. San Diego. CA 92123 Phone No. 858-560-5465 Carlsbad. CA 92008 Phone No. 760-602-4615 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 .11 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 (sfgnhere) CITY OF CARLSBAD, a municipal corporation of the State of California Bv: City Manager (print name/title)ATTEST" , <Le>-rrx (e-maNaddress) *Bv: (sign here) (print name/title) rnrAyv» | LORRAINE M. WOOD City Cleft (e-mail address) If required by City, proper notarial acknowledgment of execution 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 / If /. / /? S By:. ity Attorney City Attorney Approved Version #05.06.08 EXHIBIT "A" SCOPE OF SERVICES See attached Scope of Work from Merkel & Associates, dated April 26, 2009. City Attorney Approved Version #05.06.08 10 Merkel & Associates, Inc. 5434 Ruffin Road, San Diego, CA 92123 Tel: 858/560-5465 • Fax: 858/560-7779 e-mail: associates@merkelinc.com April 26, 2009 M&A #96-05 7-01 Mike Grim City of Carlsbad 1635 Faraday Ave Carlsbad, CA 92008 RE: Batiquitos Lagoon Long-Term Biological Monitoring and Reporting Dear Mike: In response to your recent email requests, we have prepared the following scope of work and corresponding cost for the Year 10 monitoring, preparation of an administrative draft and final project report, and preparation for and presentation at the final interagency meeting for the Batiquitos Lagoon Long-Term Biological Monitoring Project. The reporting for Year 10 has been delayed for purposes of incorporation of physical monitoring results funded separately by the City of Carlsbad through the agricultural conversion mitigation funds. This physical monitoring information has substantively increased the interpretive capacity of the analysis of biological change within the lagoon. SCOPE OF WORK Task A: Year 10 Monitoring Under this task, M&A staff would complete the Year 10 monitoring for the project, including transect vegetation monitoring, fisheries studies, benthic investigations, avian surveys, water quality/sediment investigations, and GIS spatial data management/aerial imagery, and eelgrass and cordgrass transplant monitoring. Task B: Administrative Draft Final Report A final annual report will be prepared at the conclusion of the year 10 monitoring. This report will serve as a stand-alone document and will provide details on survey methods, results, analyses and tests conducted, conclusions, and recommendations made during the course of the monitoring year. A total of eight review copies of this administrative draft report will be submitted to the City/Port/Resources Agencies for review and comment. TaskC: Final Report The final annual report will be prepared following receipt of comments from the project directors. The executive summary for the annual report will provide a comprehensive summary of study methods and results, as well as progress of the program and recommendations made during the year; this summary will serve as a stand alone document. Eight copies of the final annual report will be submitted to the project directors, along with a camera-ready, unbound original and digital files in PDF file formats. Task D: Final Interagency Meeting Following completion of the Year 10 Monitoring and coincident with preparation of the Final Annual Report, M&A will conduct an interagency meeting to discuss monitoring results. COSTS The cost to perform the scope of work described above is to be billed on a fixed fee basis for an amount of $313,500. This cost proposal is valid for 60 days. Any additional work would be billed on a time and materials basis. If you have questions regarding this proposal or you need additional information, please do not hesitate to call me at (858) 560-5465 or kmerkel@merkelinc.com. Sincerely, Keith Merkel Principal Consultant