Loading...
2023-24 Liebert Cassidy Whitmore - Consortium MembershipMEMORANDUM DATE: 9/20/2023 TO: Jon McMillen, City Manager FROM: Human Resources RE: Liebert Cassidy Whitmore Coachella Valley Consortium Membership 2023-2024 Please list the Contracting Party / Vendor Name, type of agreement to be executed, including any change orders or amendments, and the type of services to be provided. Make sure to list any related Project No. and Project Name. Authority to execute this agreement is based upon: Approved by City Council on City Manager's signing authority provided under the City's Purchasing Policy [Resolution No. 2023-008] for budget expenditures of $50,000 or less. Department Director's or Manager's signing authority provided under the City's Purchasing Policy [Resolution No. 2023-008] for budget expenditures of $15,000 and $5,000, respectively, or less. Procurement Method (one must aDDlv): Bid RFP n RFQ [ 3 written informal bids Sole Source Select Source U Cooperative Procurement Requesting department shall check and attach the items below as appropriate: 101-1004-60351 Agreement payment will be charged to Account No.: Agreement term: Start Date 07/01/2023 End Date 06/30/2024 Amount of Agreement, Amendment, Change Order, etc.: $ 6,110.00 REMINDER: Signing authorities listed above are applicable on the aggregate Agreement amount, not individual Amendments or Change Orders! ❑✓ Insurance certificates as required by the Agreement for Risk Manager approval Approved by: Date: Bonds (originals) as required by the Agreement (Performance, Payment, etc.) Conflict of Interest Form 700 Statement of Economic Interests from Consultant(s) NOTE: Review the "Form 700 Disclosure for Consultants" guidance to determine if a Form 700 is required pursuant FPPC regulation 18701(2) Business License No. LIC-766384Expires: 8/31/2024 Requisition for a Purchase Order has been prepared (Agreements over $5,000) ��,Qthfr�, (:A i.[l'OIZNIA SELECT/SOLE SOURCE JUSTIFICATION Vendor: Liebert Cassidy Whitmore (01043) Select/Sole Source purchases may be made in a non-competitive manner only when in the best interest of the City and when the price is considered reasonable. Attach this form and other supporting documents if available, to the purchase Requisition. Complete responses must be provided for all of the following items. A. THE PURCHASE REQUEST IS RESTRICTED TO ONE VENDOR FOR THE REASONS STATED BELOW: 1. Why is the purchase of goods or services restricted to this vendor? Explain why the purchase cannot be competitively bid. Examples of Single/Sole Source procurements include, but are not limited to: Compatibility: The commodity or service matches existing brand of equipment for compatibility. Replacement Part: The item is a replacement part for a specific brand of existing equipment. Emergency: URGENT NEED for the item or service does not permit soliciting competitive bids. Liebert Cassidy Whitmore (LCW) Coachella Valley Employee Relations Consortium membership is comprised of 16 other local agency employers and serves 81 % of California municipalities. Currently, there are no other agencies/organizations that offer a Coachella Valley wide consortium. 2. What market research was conducted to substantiate no competition, including evaluation of other items considered? Provide a narrative of your efforts to identify other similar goods/services, including a summary of how the department concluded that such alternatives are either inappropriate or unavailable. The names and addresses of suppliers contacted and the reasons for not considering them must be included OR an explanation of why the survey or effort to identify other goods/services was not performed. An Employee Relations Consortium (ERC) is a number of agencies in a geographical area joining together for the purpose of securing quality employment relations training, consultation, and informational services. LCW's 35 consortiums are comprised of over 600 cities, counties, special districts, school districts, community college districts, universities, private and independent schools, and other agenices. B. PRICE ANALYSIS: 3. How was the price offered determined to be fair and reasonable? Explain what the basis was for comparison. For example, if the item/service has been purchased in the past, compare historical pricing. The cost for FY2324 membership is $6,110 which is the same amount as FY2223 (no increase). Prepared By Ap ' roved By Date Sole or Select Source: Defined as any contract entered into without a competitive process, based on a justification that only one known source exists or that only one single supplier can fulfill the requirements. The requesting department is responsible for supplying written justification, approved by the department director or designee with signing authority for these purchases. S:\100 ADMINISTRATION\107 Forms &Templates - General Citywide\Finance GEM of the DESERT CITY OF LA QUINTA SHORT -FORM SERVICES AGREEMENT ($25,000 OR LESS) 1. PARTIES AND DATE. This Agreement is made and entered into this 1ST day of July, 2023, ("Effective Date") by and between the CITY OF LA QUINTA, a Municipal Corporation and Charter City organized under the Constitution and laws of the State of California with its principal place of business at 78495 Calle Tampico, La Quinta, CA ("City") and LIEBERT CASSIDY WHITMORE, a Professional Corporation with its principal place of business at 6033 West Century Boulevard, 5th Floor, Los Angeles, CA 90045 ("Vendor"). City and Vendor are sometimes individually referred to as "Party" and collectively as "Parties" in this Agreement. 2. TERMS AND CONDITIONS. The Parties shall comply with the terms and conditions in the attached Exhibit "A." 3. SCOPE AND SCHEDULE OF SERVICES. Vendor shall provide to City the services pursuant to the date(s) and schedule(s) described in accordance with the schedule set forth in Exhibit "B." 4. TERM. The term of this Agreement shall be from July 1, 2023, to June 30, 2024, unless earlier terminated as set forth in the attached Terms and Conditions. 5. COMPENSATION. Vendor shall receive compensation for services rendered under this Agreement at the rates and schedule set forth in the attached Exhibit "C" but in no event shall Vendor's compensation exceed Six Thousand One Hundred Ten Dollars ($6,110.00) per fiscal year (July 1 to June 30) without written amendment. 6. FORCE MAJEURE. The time period specified for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Vendor including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Vendor shall within ten (10) days of the commencement of such delay notify the City in writing of the causes of the delay. The City shall ascertain the facts and the extent of delay and extend the time for performing the Services for the period of the forced delay when and if in their judgment such delay is justified, and the City's determination shall be final and conclusive upon the parties to this Agreement. Extensions to time periods for performance of services, which are determined by the City to be justified pursuant to this Section, shall not entitle the Vendor to additional compensation unless City expressly agrees to an increase in writing. 7. COUNTERPARTS. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. 1 8. INSURANCE. In accordance with Section 4 of Exhibit "A," Vendor shall, at its expense, procure and maintain for the duration of the Agreement such insurance policies as checked below and provide proof of such insurance policies to the City. Vendor shall obtain policy endorsements on Commercial General Liability Insurance that name Additional Insureds as follows: The CITY OF LA QUINTA, its officers, officials, employees and agents. Commercial General Liability Insurance: ® $1,000,000 per occurrence/$2,000,000 aggregate OR ® $2,000,000 per occurrence/$4,000,000 aggregate ® Additional Insured Endorsement naming City of La Quinta ® Primary and Non -Contributory Endorsement Automobile Liability: ® $1,000,000 combined single limit for bodily injury and property damage Workers' Compensation: ® Statutory Limits / Employer's Liability $1,000,000 per accident or disease ® Workers' Compensation Endorsement with Waiver of Subrogation Professional Liability (Errors and Omissions): ® Errors and Omissions liability insurance with a limit of not less than $1,000,000 per claim 2 IN WITNESS WHEREOF, each of the Parties has caused this Agreement to be executed on the day and year first above written. CITY OF LA QUINTA a California Municipal Corporation, and Charter City LIEBERT CASSIDY WHITMORE, a Professional Corporation JON LEN J. SCO r� IEDEMANN ity Manager Managin. '•artner ATTEST: MONIKA RADE A, City ' lerk City of La Quinta, California APPROVED AS TO FORM: t WILLIAM H. IHRKE, City Attorney City of La Quinta, California 3 EXHIBIT "A" TERMS AND CONDITIONS 1. Compensation. Vendor shall be paid on a time and materials or lump sum basis, as may be set forth in Exhibit "C", within 30 days of completion of the Work and approval by the City. 2. Compliance with Law. Vendor shall comply with all applicable laws and regulations of the federal, state and local government. Vendor shall assist the City, as requested, in obtaining and maintaining all permits required of Vendor by Federal, State and local regulatory agencies. Vendor is responsible for all costs of clean up and/or removal of hazardous and toxic substances spilled as a result of his or her Work. In explanation of the forgoing and not by way of limitation, Vendor shall comply with any Federal, State, and local laws, regulations, orders, and guidelines relating to COVID-19 or any other public health response to disease, epidemic, or pandemic for the work provided by the Vendor. Such Federal, State, and local laws, regulations, orders, and guidelines include but are not limited to: Executive Orders from the Governor of California and orders and guidance issued from the California Department of Public Health (CDPH), California Occupational Safety and Health (Cal/OSHA), Orders from the Riverside County Public Health Officer; and Emergency Resolutions and Executive Orders from the City Council and City Manager, respectively, for the City of La Quinta. 3. Standard of Care. The Vendor shall perform the Work in accordance with generally accepted professional practices and principles and in a manner consistent with the level of care and skill ordinarily exercised by members of the profession practicing under similar conditions. A-1 4. Insurance. The Vendor shall take out and maintain, during the performance of all work under this Agreement: A. Commercial General Liability Insurance in the amounts specified in Section 8 of the Agreement for bodily injury, personal injury and property damage, at least as broad as Insurance Services Office Commercial General Liability coverage (Occurrence Form CG 0001), and if no amount is selected in Section 8 of the Agreement, the amounts shall be $1,000,000 per occurrence/$2,000,000 aggregate; B. Automobile Liability Insurance for bodily injury and property damage including coverage for owned, non -owned and hired vehicles, of at least $1,000,000 per accident for bodily injury and property damage, at least as broad as Insurance Services Office Form Number CA 0001 (ed. 6/92) covering automobile liability, Code 1 (any auto); C. Workers' Compensation in compliance with applicable statutory requirements and Employer's Liability Coverage of at least $1,000,000 per accident or disease. Vendor shall also submit to City a waiver of subrogation endorsement in favor of city, and D. Professional Liability (Errors and Omissions) coverage, if checked in section 6 of the Agreement, with a limit not less than $1,000,000 per claim and which shall be endorsed to include contractual liability. Insurance carriers shall be authorized by the Department of Insurance, State of California, to do business in California and maintain an agent for process within the state. Such insurance carrier shall have not less than an "A"; "Class VII" according to the latest Best Key Rating unless otherwise approved by the City. 4.1 Pass Through Clause. Vendor agrees to ensure that its sub -consultants, sub- contractors, and any other party involved with the project who is brought onto or involved in the project by Vendor, provide the same minimum insurance coverage and endorsements required of Vendor. Vendor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Vendor agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to Agency for review. 5. Indemnification. The Vendor shall indemnify and hold harmless the City, its Council, members of the Council, agents and employees of the City, against any and all claims, liabilities, (including liability related to exposure to communicable diseases, illnesses, or viruses), expenses or damages, including responsible attorneys' fees, for injury or death of any person, or damage to property, or interference with use of property, or any claim of the Vendor or subcontractor for wages or benefits which arise in connection with the performance of this Agreement, except to the extent caused or resulting from the active negligence or willful misconduct of the City, its Council, members of the Council, agents and employees of the City. The foregoing indemnity includes, but is not limited to, the cost of prosecuting or defending such action with legal counsel acceptable to the City and the City's attorneys' fees incurred in such an action. 6. Laws and Venue. This Agreement shall be interpreted in accordance with the laws of the State of California. If any action is brought to interpret or enforce any term of this Agreement, the action shall be brought in a state or federal court situated in the County of Riverside, State of California. 7. Termination. The City may terminate the services procured under this Agreement by giving 10 calendar days written notice to Vendor. In such event, the City shall be A-2 immediately given title and possession to any original field notes, drawings and specifications, written reports and other documents produced or developed for the services. The City shall pay Vendor the reasonable value of services completed prior to termination. The City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Vendor shall not be entitled to payment for unperformed services and shall not be entitled to damages or compensation for termination of work. Vendor may terminate its obligation to provide services under this Agreement upon 30 calendar days' written notice to the City only in the event of City's failure to perform in accordance with the terms of this Agreement through no fault of Vendor. 8. Agreement Terms. Nothing herein shall be construed to give any rights or benefits to anyone other than the City and the Vendor. The unenforceability, invalidity or illegality of any provision(s) of this Agreement shall not render the other provisions unenforceable, invalid or illegal. Notice may be given or delivered by depositing the same in any United States Post Office, certified mail, return receipt requested, postage prepaid, addressed to the parties to the addresses set forth in the Agreement. Vendor shall not assign, sublet, or transfer this Agreement or any rights under or interest in this Agreement without the written consent of the City, which may be withheld for any reason. Vendor is retained as an independent contractor and is not an employee of the City. No employee or agent of Vendor shall become an employee of the City. The individuals signing this Agreement represent that they have the authority to sign on behalf of the parties and bind the parties to this Agreement. This is an integrated Agreement representing the entire understanding of the parties as to those matters contained herein and supersedes and cancels any prior oral or written understanding or representations with except in writing signed by both parties respect to matters covered hereunder. This hereto. Agreement may not be modified or altered A-3 EXHIBIT "B" SCOPE AND SCHEDULE OF SERVICES VENDOR'S SERVICES It is understood and agreed that during the year beginning July 1, 2023, and ending June 30, 2023, Vendor is and shall remain an independent contractor and as such will provide the following services to the City: 1. Five (5) days of group training workshops covering such employment relation subjects as management rights and obligations, negotiation strategies, employment discrimination and affirmative action, employment relations from the perspective of elected officials, performance evaluation (administering evaluations), grievance and discipline administration for supervisors and managers, planning for and responding to converted job actions, current court, administrative and legislative developments in personnel administration and employment relations, etc., with the specific subjects covered and lengths of individual workshop presentations to be determine by City and other local agency members. It is expressly understood that the material used during these presentations, including written handouts and projected power points are provided solely for the contracted workshops. This Agreement warrants there will be no future use of Vendor material in other trainings or formats without the expressed written permission of Vendor. Any such use will constitute a violation of this agreement and copyright provisions. 2. Access to a recording of each workshop webinar for internal use. Considering COVID-19, workshops will be scheduled in a hybrid model, with some workshops being scheduled in person. 3. Access to attend other Consortium Workshops across the state with advance registration. There is not cost to attend unless a per-person/refreshment fee is required. 4. Availability of Vendor for the City to consult by telephone. Consortium calls cover questions that the Vendor can answer quickly with little research. They do not include the review of documents, in depth research, written responses (like and opinion letter) or advice on on-going legal matters. The City will be informed if the questions exceed the scope of consortium calls. Should the City request, the Vendor can assist on items that fall outside the service, but these matters will be billed at the Vendor's hourly rate, as outlined in Exhibit C under Optional Additional Services. 5. Providing of a monthly newsletter covering employment relation developments. 6. It is understood and agreed that the parties' aforesaid rights and obligations are contingent on no less than sixteen (16) local agency employers entering into a substantially identical agreement with Vendor. B-1 7. Premium Liebert Library Subscription — Unlimited access to LCW workbooks in digital format, as well as over 200 sample forms, model policies and checklists that can be downloaded ad used as templates. B-2 EXHIBIT "C" COMPENSATION FOR SERVICES The maximum total compensation to be paid to Vendor under this Agreement is Six Thousand One Hundred Ten Dollars ($6,110.00) per fiscal year (July 1 to June 30) payable in one payment. Said fee will cover City's consortium membership, Premium Library subscription, Vendor's time in providing training, consultative services, and the development and printing of written materials provided to attendees at training programs. 2023-2024 Annual LCW Consortium Membership: $5,210.00 Premium Liebert Library Subscription: $900.00 C-1