HomeMy WebLinkAboutA7226 - NCM ENVIRONMENTAL SOLUTIONS IncCONTRACT SERVICES AGREEMENT
(NCMEnvironmental Solutions, Inc. — Cannabis Odor Control Compliance and Regulation)
THIS AGREEMENT FOR CONTRACT SERVICES ("Agreement") is made and entered
into on October 24, 2018, by and between the City of Palm Springs, a California charter city and
municipal corporation ("City"), and NCM Environmental Solutions, Inc., a California
Corporation, ("Contractor"). City and Contractor are individually referred to as "Party" and are
collectively referred to as the "Parties".
RECITALS
A. City requires the services of a consultant in relation to cannabis odor control
assessment, compliance and regulation ("Services").
B. Based on Contractor's specialized experience, education, training, and reputation,
Contractor is qualified and desires to provide Services to City under the terms and conditions of
this Agreement.
C. City desires to retain the services of Contractor to perform the Services.
In consideration of these promises and mutual agreements, City agrees as follows:
AGREEMENT
1. CONTRACTOR SERVICES
1.1 Scone of Services. In compliance with all terms and conditions of this
Agreement, Contractor shall provide Services to City as described in the Scope of Services/Work
attached to this Agreement as Exhibit "A," and incorporated by reference (the "services" or
"work"). Exhibit "A" includes the agreed upon schedule of performance and the schedule of
fees. Contractor warrants that all services and work shall be performed in a competent,
professional, and satisfactory manner consistent with prevailing industry standards. In the event
of any inconsistency between the terms contained in the Scope of Services/Work and the terms
set forth in this Agreement, the terms set forth in this Agreement shall govern.
1.2 Compliance with Law. Contractor services rendered under this Agreement shall
comply with all applicable federal, state, and local laws, statutes and ordinances and all lawful
orders, rules, and regulations.
1.3 Licenses and Permits. Contractor shall obtain at its sole cost and expense such
licenses, permits, and approvals as may be required by law for the performance of the services
required by this Agreement.
1.4 Familiarity with Work. By executing this Agreement, Contractor warrants that
it has carefully considered how the work should be performed and fully understands the
facilities, difficulties, and restrictions attending performance of the work under this Agreement.
Revised: 1 /31 /18
720599.1
2. TIME FOR COMPLETION
The time for completion of the individual tasks that comprise services to be performed by
Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and
diligently the work of this Agreement according to a schedule agreed upon, on a task -by -task
basis, with the City. Contractor shall not be accountable for delays in the progress of its work
caused by any condition beyond its control and without the fault or negligence of Contractor.
Delays shall not entitle Contractor to any additional compensation regardless of the party
responsible for the delay.
3. COMPENSATION OF CONTRACTOR
3.1 Compensation of Contractor. Contractor shall be compensated and reimbursed
for the services rendered under this Agreement in accordance with the schedule of fees set forth
in Exhibit "A". The total amount of Compensation shall not exceed twenty-five thousand dollars
($25,000).
3.2 Method of Payment. In any month in which Contractor wishes to receive
payment, Contractor shall submit to City an invoice for services rendered prior to the date of the
invoice, no later than the first working day of such month, in the form approved by City's
finance director. Payments shall be based on the hourly rates set forth in Exhibit "A" for
authorized services performed. City shall pay Contractor for all expenses stated in the invoice
that are approved by City and consistent with this Agreement, within thirty (30) days of receipt
of Contractor's invoice.
3.3 Changes. In the event any change or changes in the Scope of ServicesAVork is
requested by City, Parties shall execute a written amendment to this Agreement, specifying all
proposed amendments, including, but not limited to, any additional fees. An amendment may be
entered into:
A. To provide for revisions or modifications to documents, work product, or
work, when required by the enactment or revision of any subsequent law; or
B. To provide for additional services not included in this Agreement or not
customarily furnished in accordance with generally accepted practice in Contractor's profession.
3.4 Appropriations. This Agreement is subject to, and contingent upon, funds being
appropriated by the City Council of City for each fiscal year. If such appropriations are not
made, this Agreement shall automatically terminate without penalty to City.
4. PERFORMANCE SCHEDULE
4.1 Time of Essence. Time is of the essence in the performance of this Agreement.
4.2 Schedule of Performance. Each task arising from and related to services
rendered under this Agreement shall be performed upon a schedule agreed upon with the City.
Any time period extension must be approved in writing by the Contract Officer.
2 Revised: 1 /31 /18
720599.1
4.3 Force Maieure. The time for performance of services to be rendered under this
Agreement may be extended because of any delays due to unforeseeable causes beyond the
control and without the fault or negligence of Contractor, if Contractor notifies the Contract
Officer within ten (10) days of the commencement of such condition. Unforeseeable causes
include, but are not limited to, acts of God or of a public enemy, acts of the government, fires,
earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, and
unusually severe weather. After Contractor notification, the Contract Officer shall investigate
the facts and the extent of any necessary delay, and extend the time for performing the services
for the period of the enforced delay when and if, in the Contract Officer's judgment, such delay
is justified. The Contract Officer's determination shall be final and conclusive upon the parties
to this Agreement.
4.4 Term. Unless earlier terminated in accordance with Section 4.5 of this
Agreement, this Agreement shall continue in full force and effect for a period of twelve months,
commencing on October 29, 2018, and ending on October 31, 2019, unless extended by mutual
written agreement of the parties.
4.5 Termination Prior to Expiration of Term. City may terminate this Agreement
at any time, with or without cause, upon thirty (30) days written notice to Contractor. Where
termination is due to the fault of Contractor and constitutes an immediate danger to health,
safety, and general welfare, the period of notice shall be such shorter time as may be determined
by the City. Upon receipt of the notice of termination, Contractor shall immediately cease all
services except such as may be specifically approved by the Contract Officer. Contractor shall
be entitled to compensation for all services rendered prior to receipt of the notice of termination
and for any services authorized by the Contract Officer after such notice. Contractor may
terminate this Agreement, with or without cause, upon thirty (30) days written notice to City.
5. COORDINATION OF WORK
5.1 _Representative of Contractor. The following principal of Contractor is
designated as being the principal and representative of Contractor authorized to act and make all
decisions in its behalf with respect to the specified services and work: Jesse Levin, President. It
is expressly understood that the experience, knowledge, education, capability, and reputation of
the foregoing principal is a substantial inducement for City to enter into this Agreement.
Therefore, the foregoing principal shall be responsible during the term of this Agreement for
directing all activities of Contractor and devoting sufficient time to personally supervise the
services under this Agreement. The foregoing principal may not be changed by Contractor
without prior written approval of the Contract Officer.
5.2 Contract Officer. The Contract Officer shall be the City Manager or his/her
designee ("Contract Officer"). Contractor shall be responsible for keeping the Contract Officer
fully informed of the progress of the performance of the services. Contractor shall refer any
decisions that must be made by City to the Contract Officer. Unless otherwise specified, any
approval of City shall mean the approval of the Contract Officer.
3 Revised: 1 /31 /18
720599.1
5.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, education, capability, and reputation of Contractor, its principals and employees,
were a substantial inducement for City to enter into this Agreement. Therefore, Contractor shall
not contract with any other individual or entity to perform any services required under this
Agreement without the City's express written approval. In addition, neither this Agreement nor
any interest may be assigned or transferred, voluntarily or by operation of law, without the prior
written approval of City.
5.4 Independent Contractor. Neither City nor any of its employees shall have any
control over the manner, mode, or means by which Contractor, its agents or employees, perform
the services required, except as otherwise specified. Contractor shall perform all required
services as an independent contractor of City and shall not be an employee of City and shall
remain at all times as to City a wholly independent contractor with only such obligations as are
consistent with that role; however, City shall have the right to review Contractor's work product,
result, and advice. Contractor shall not at any time or in any manner represent that it or any of its
agents or employees are agents or employees of City.
5.5 Personnel. Contractor agrees to assign the following individuals to perform the
services in this Agreement. Contractor shall not alter the assignment of the following personnel
without the prior written approval of the Contract Officer. Acting through the City Manager, the
City shall have the unrestricted right to order the removal of any personnel assigned by
Contractor by providing written notice to Contractor.
Name: Title:
Jesse Levin President
Ray Kapahi Senior Engineer
6. INSURANCE
Contractor shall procure and maintain, at its sole cost and expense, policies of insurance
as set forth in the attached Exhibit "B", incorporated herein by reference.
7. INDEMNIFICATION.
7.1 Indemnification. To the fullest extent permitted by law, Contractor shall
defend (at Contractor's sole cost and expense), indemnify, protect, and hold harmless City, its
elected officials, officers, employees, agents, and volunteers (collectively the "Indemnified
Parties"), from and against any and all liabilities, actions, suits, claims, demands, losses, costs,
judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses
including legal costs and attorney fees (collectively "'Claims"), including but not limited to
Claims arising from injuries to or death of persons (Contractor's employees included), for
damage to property, including property owned by City, from any violation of any federal, state,
or local law or ordinance, and from errors and omissions committed by Contractor, its officers,
employees, representatives, and agents, that arise out of or relate to Contractor's performance
under this Agreement. This indemnification clause excludes Claims arising from the sole
4 Revised: 1131 /18
720599.1
negligence or willful misconduct of the City, its elected officials, officers, employees, agents,
and volunteers. Under no circumstances shall the insurance requirements and limits set forth in
this Agreement be construed to limit Contractor's indemnification obligation or other liability
under this Agreement. Contractor's indemnification obligation shall survive the expiration or
earlier termination of this Agreement until all actions against the Indemnified Parties for such
matters indemnified are fully and finally barred by the applicable statute of limitations or, if an
action is timely filed, until such action is final. This provision is intended for the benefit of third
party Indemnified Parties not otherwise a party to this Agreement.
7.2 Design Professional Services Indemnification and Reimbursement. If the
Agreement is determined to be a "design professional services agreement" and Contractor is a
"design professional" under California Civil Code Section 2782.8, then:
A. To the fullest extent permitted by law, Contractor shall indemnify, defend
(at Contractor's sole cost and expense), protect and hold harmless City and its elected officials,
officers, employees, agents and volunteers and all other public agencies whose approval of the
Services is required, (individually -Indemnified Party"; collectively "'Indemnified Parties')
against any and all liabilities, claims, judgments, arbitration awards, settlements, costs, demands,
orders and penalties (collectively "Claims"), including but not limited to Claims arising from
injuries or death of persons (Contractor's employees included) and damage to property, which
Claims arise out of, pertain to, or are related to the negligence, recklessness or willful
misconduct of Contractor, its agents, employees, or subcontractors, or arise from Contractor's
negligent, reckless or willful performance of or failure to perform any term, provision, covenant
or condition of this Agreement ("Indemnified Claims"). but Contractor's liability for
Indemnified Claims shall be reduced to the extent such Claims arise from the negligence,
recklessness or willful misconduct of the City and its elected officials, officers, employees,
agents and volunteers.
B. The Contractor shall require all non -design -professional sub -contractors,
used or sub -contracted by Contractor to perform the Services or Work required under this
Agreement, to execute an Indemnification Agreement adopting the indemnity provisions in sub-
section 7.1 in favor of the Indemnified Parties. In addition, Contractor shall require all non -
design -professional sub -contractors, used or sub -contracted by Contractor to perform the
Services or Work required under this Agreement, to obtain insurance that is consistent with the
Insurance provisions as set forth in this Agreement, as well as any other insurance that may be
required by Contract Officer.
8. RECORDS AND REPORTS
8.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer
reports concerning the performance of the services required by this Agreement, or as the
Contract Officer shall require.
8.2 Records. Contractor shall keep complete, accurate, and detailed accounts of all
time, costs, expenses, and expenditures pertaining in any way to this Agreement. Contractor
shall keep such books and records as shall be necessary to properly perform the services required
by this Agreement and enable the Contract Officer to evaluate the performance of such services.
5 Revised: 1 /31 /18
720599.1
The Contract Officer shall have full and free access to such books and records at all reasonable
times, including the right to inspect, copy, audit, and make records and transcripts from such
records.
8.3 Ownership of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Contractor in the performance of this Agreement
shall be the property of City. Contractor shall deliver all above -referenced documents to City
upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall
have no claim for further employment or additional compensation as a result of the exercise by
City of its full rights or ownership of the documents and materials. Contractor may retain copies
of such documents for Contractor's own use. Contractor shall have an unrestricted right to use
the concepts embodied in such documents.
8.4 Release of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Contractor in the performance of services under this
Agreement shall not be released publicly without the prior written approval of the Contract
Officer.
8.5 Cost Records. Contractor shall maintain all books, documents, papers, employee
time sheets, accounting records, and other evidence pertaining to costs incurred while performing
under this Agreement. Contractor shall make such materials available at its offices at all
reasonable times during the term of this Agreement and for three (3) years from the date of final
payment for inspection by City and copies shall be promptly furnished to City upon request.
9. ENFORCEMENT OF AGREEMENT
9.1 California Law. This Agreement shall be construed and interpreted both as to
validity and to performance of the parties in accordance with the laws of the State of California.
Legal actions concerning any dispute, claim, or matter arising out of or in relation to this
Agreement shall be instituted in the Superior Court of the County of Riverside, State of
California, or any other appropriate court in such county, and Contractor covenants and agrees to
submit to the personal jurisdiction of such court in the event of such action.
9.2 Interpretation. This Agreement shall be construed as a whole according to its
fair language and common meaning to achieve the objectives and purposes of the Parties. The
terms of this Agreement are contractual and the result of negotiation between the Parties.
Accordingly, any rule of construction of contracts (including, without limitation, California Civil
Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be
employed in the interpretation of this Agreement. The caption headings of the various sections
and paragraphs of this Agreement are for convenience and identification purposes only and shall
not be deemed to limit, expand, or define the contents of the respective sections or paragraphs.
9.3 Waiver. No delay or omission in the exercise of any right or remedy of a non -
defaulting party on any default shall impair such right or remedy or be construed as a waiver.
No consent or approval of City shall be deemed to waive or render unnecessary City's consent to
or approval of any subsequent act of Contractor. Any waiver by either party of any default must
6 Revised: 1/31118
720599.1
be in writing. No such waiver shall be a waiver of any other default concerning the same or any
other provision of this Agreement.
9.4 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the
parties are cumulative. The exercise by either party of one or more of such rights or remedies
shall not preclude the exercise by it, at the same or different times, of any other rights or
remedies for the same default or any other default by the other party.
9.5 Legal Action. In addition to any other rights or remedies, either party may take
legal action, in law or in equity, to cure, correct, or remedy any default, to recover damages for
any default, to compel specific performance of this Agreement, to obtain injunctive relief, a
declaratory judgment, or any other remedy consistent with the purposes of this Agreement.
10. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
10.1 Non-Liabilitv of City Officers and Employees. No officer or employee of City
shall be personally liable to the Contractor, or any successor -in -interest, in the event of any
default or breach by City or for any amount which may become due to the Contractor or its
successor, or for breach of any obligation of the terms of this Agreement.
10.2 Conflict of Interest. Contractor acknowledges that no officer or employee of the
City has or shall have any direct or indirect financial interest in this Agreement nor shall
Contractor enter into any agreement of any kind with any such officer or employee during the
term of this Agreement and for one year thereafter. Contractor warrants that Contractor has not
paid or given, and will not pay or give, any third party any money or other consideration in
exchange for obtaining this Agreement.
10.3 Covenant Against Discrimination. In connection with its performance under this
Agreement, Contractor shall not discriminate against any employee or applicant for employment
because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national
origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity),
sexual orientation, gender identity, gender expression, physical or mental disability, or medical
condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and
that employees are treated during their employment, without regard to any prohibited basis. As a
condition precedent to City's lawful capacity to enter this Agreement, and in executing this
Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate
any discrimination arising from or related to any prohibited basis in any Contractor activity,
including but not limited to the following: employment, upgrading, demotion or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship; and further, that Contractor is
in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040,
including without limitation the provision of benefits, relating to non-discrimination in city
contracting.
7 Revised: 1 /31 /1 S
720599.1
11. MISCELLANEOUS PROVISIONS
11.1 Notice. Any notice, demand, request, consent, approval, or communication that
either party desires, or is required to give to the other party or any other person shall be in
writing and either served personally or sent by pre -paid, first-class mail to the address set forth
below. Notice shall be deemed communicated seventy-two (72) hours from the time of mailing
if mailed as provided in this Section. Either party may change its address by notifying the other
party of the change of address in writing.
To City: City of Palm Springs
Attention: City Manager/ City Clerk
3200 E. Tahquitz Canyon Way
Palm Springs, California 92262
To Contractor: NCM Environmental Solutions, Inc.
Attention: Jesse Levin
29350 Pacific Coast Highway, Suite 6B
Malibu, California 90265
11.2 Integrated Agreement. This Agreement contains all of the agreements of the
parties and supersedes all other written agreements.
11.3 Amendment. No amendments or other modifications of this Agreement shall be
binding unless through written agreement by all Parties.
11.4 Severability. Whenever possible, each provision of this Agreement shall be
interpreted in such a manner as to be effective and valid under applicable law. In the event that
any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this
Agreement shall be declared invalid or unenforceable by valid judgment or decree of a court of
competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining
phrases, sentences, clauses, paragraphs, or sections of this Agreement, which shall be interpreted
to carry out the intent of the parties.
11.5 Successors in Interest. This Agreement shall be binding upon and inure to the
benefit of the Parties' successors and assignees.
11.6 Third Party Beneficiary. Except as may be expressly provided for in this
Agreement, nothing contained in this Agreement is intended to confer, nor shall this Agreement
be construed as conferring, any rights, including, without limitation, any rights as a third -party
beneficiary or otherwise, upon any entity or person not a party to this Agreement.
11.7 Recitals. The above -referenced Recitals are hereby incorporated into the
Agreement as though fully set forth in this Agreement and each Party acknowledges and agrees
that such Party is bound, for purposes of this Agreement, by the same.
g Revised: 1 /31 /18
720599.1
11.8 Authority. The persons executing this Agreement on behalf of the Parties
warrant that they are duly authorized to execute this Agreement on behalf of Parties and that by
so executing this Agreement the Parties are formally bound to the provisions of this Agreement.
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates
stated below.
"CITY"
City of Palm Springs
Date: B .
David H. Ready, PhD
City Manager
APPROVED AS TO FORM:
By:
Edward Z. Kotkin,
City Attorney
Date:
Not To Exceed
Without The E-xpress Written
Authorization Of The City
Manager. R'l a4
ATTEST
B ►n
hony Meji
City Clerk
"CONTRACTOR"
NCM Environmental Solutions, Inc.
ByIokgel ha Vw
Jest Levin � �
President
g Revised: 1131 /18
720599.1
11.8 Authority. The persons executing this Agreement on behalf of the Parties
warrant that they are duly authorized to execute this Agreement on behalf of Parties and that by
so executing this Agreement the Parties are formally bound to the provisions of this Agreement.
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates
stated below.
Date:
APPROVED AS TO FORM:
Un
Edward Z. Kotkin,
City Attorney
"CITY"
City of Palm Springs
David H. Ready, PhD
City Manager
ATTEST
LE
Anthony Mejia
City Clerk
"CONTRACTOR"
NCM Environmental Solutions, Inc.
Date: By: AW e
QeA Levin
President
9 Revised: 1131 /18
720599.1
EXHIBIT "A"
CONTRACTOR'S
SCOPE OF SERVICES/WORK
Including,
Schedule of Fees
Schedule of Performance
10 Revised: 1131 /18
720599.1
•
loons N
NCMN
October 18, 2018
Edward Kotkin
City Attorney
City of Palm Springs
3200 East Tahquitz Way
Palm Springs, CA 92262
Subject: Proposal to Provide Cannabis Related Support Services
Dear Mr. Kotkin:
As a follow-up to our conference call on October 17th, 2018, I am pleased to present this
proposal to assist the City of Palm Springs with complying the City's cannabis rules and
regulations. The objectives of the proposed work are to assist City staff regulating new
and existing cannabis facilities, including medical cannabis collectives, in the City.
Specific objectives of the proposed work are:
• Review and evaluate the effectiveness of odor plans for existing cannabis
operations
• Train City inspectors how to respond to odor complaints and how to quantify the
intensity of odors
• Review new applications for cannabis dispensaries and cultivation operations
• Assist City staff in purchasing odor monitoring equipment and train staff in their
use
• Recommend any changes to existing City Ordinances (Such as Ordinance No.
1933)
• Provide general consulting/support to City Staff in enforcing current cannabis
related regulations
To meet these objectives, a time and material contract is proposed that gives the City the
flexibility to allocate the budget where it is most needed. Four tasks are proposed.
Collectively, they cover every aspect of cannabis operations in the City from initial
licensing and permitting to operating cannabis facilities to compliance and enforcement.
Task 1 — Review Odor Plans for Existing Cannabis Operations
NCM staff will review the Odor Plans submitted by current, licensed cannabis operations.
Each Plan will be checked for its effectiveness to prevent migration of odors. Any
deficiencies in the language will be noted along with recommendation and proposed
corrective actions that need to be implemented. This will also include odor plans filed
with the state.
Task 2 — Train Staff In Measuring and Reporting Odor Intensity
NCM will assit the city staff in investigating alleged odor control problems at various
cannabis facilities in the City. NCM will aid in training the City staff and inspectors on
the use of olfactometers to measure the intensity of odors. Over a dozen cities have
adopted the use of olfactometers (such as Nasal Ranger), including Denver and Las
Vegas.
Several cities have included the use of olfactometers in their regulations. The regulations
limit the allowable odor intensity near cannabis cultivations and processing facilities. See
the following article related to use of olfactometers by various cities to enforce and
control cannabis related odors.
https://www.bizjoumals.comisacramento/news/2018/06/ 15/this-contraption-may-be-the-
answer-to-yolo-county.html
The use of olfactometers will allow City inspectors to take enforcement actions against
facilities that continue to cause odors that lead to resident complaints.
Task 3 — Review Applications for New Cannabis Operations
NCM staff will review new applications and determine (a) completeness (b) compliance
with City Ordinances such as 1933, 1943 and 1946. NCM will recommend issuance and
denial of the permits. Part of the application review will be the adequacy of the odor
control plan(s).
Task 4 — Review and Recommend Changes to Existing Cannabis Regulations
NCM proposes to review and recommend any changes/updates to the City's current
ordinances related commercial and adult -use cannabis facilities. We have completed a
preliminary review of the City's Ordinance No. 1933 that references odor control
requirements and odor prevention techniques. We can assist the City in refining its
existing regulations requiring odor control plans to provide for best practices and address
specific current technologies.
SCHEDULE AND TIMELINE
NCM can being work within 10 business days after authorization to proceed and
execution of a signed contract. NCM proposes a kick-off meeting at the City offices to
review the scope of various tasks and set task priorities.
COST ESTIMATE
We propose to complete this work on a time and material basis with costs not to exceed
$25,000. We have not assigned a breakdown by task at this time. Budget for each task
will be assigned after initial meeting with City staff and will depend on the City's
priorities.
The following billing rates will apply. These rates are 20% below our commercial rates.
Senior Staff (Ray Kapahi & Jesse Levin): $135 per hour
Technician: $90 per hour
Direct costs: Cost + 10%
If you have any questions or require additional information, please contact me at 570-
460-8476 or by e-mail:
ncmenv.jesse@gmail.com
We appreciate your consideration in using our firm's services and look forward to
working with you and your staff.
Sincerely,
Jesse Levin
President
Attachments
1. Copy of Resume and Recent Projects
2. NCM Qualifications Related to Cannabis
NCM0t
Jesse Levin
President
AREAS OF EXPERTISE
• Odor Evaluation
• Design, build install odor control systems
• Community Affairs
• Spec design and layout for municipalities to use for Odor Control Requirements
EXPERIENCE
• Field Technician 2003-2008
• Regional Sales Mgr 2007-2009
• President of Operations 2009-2011
• Company President / CEO 2011-Current
• Started NCM Environmental Solutions as a spinoff company to aide the cannabis industry in odor
control 2015-Current
PROFESSIONAL CERTIFICATIONS/ASSOCIATIONS
• Winner of Solid Waste Association top 40 under 40 award 2018
• United States Compost Council Member 2009-Current
• National Cannabis Industry Association member 2011-Current
• Spoke at 2017 NCIA Cannabis Summit on "Importance of Being a good neighbor."
OVERVIEW
Mr. Levin has over 15 years of experience in analyzing clients operations, identifying origin points of
odors and designing methods to treat those odors before they become fugitive. Mr. Levin assists a broad
range of clients throughout North America that focus on different manufacturing methods for cannabis
(indoor, greenhouse, outdoor, extraction, edibles and dispensaries). Our company focuses on each site and
the municipality rules and guidelines that dictate the different degrees of odor mitigation.
The scope of his experience includes working with governmental agencies in creating guidelines
that bidding companies need to follow in order to work with existing and future facilities located within
that municipality. Mr. Levin's specific experience and skills include the preparation of odor control plan
& providing clients with odor control products manufactured at our chemical plant in Pittsburg, PA. Our
service team allows us to service all our clients throughout North America ensuring the equipment and
products provided work on a consistent basis. Our focus on service allows us to respond to any odor
issues within a 24/24 hour time period satisfying our clients and the communities in which they operate.
FIELDS OF EXPERIENCE
• Design, build, install and service 50,000 sq ft GH, Watsonville CA
• Create odor control plan for outdoor grow facility, Upper Lake CA
• Create odor control plan for outdoor grow facility, Lower Lake CA
• Create odor control plan, design odor control dispersion system for Bang Mingo
Cannabis Company, Sacramento CA
• Design & Install a foliage feeding / cooling mist system 30,000 sq ft gh grow,
Hayfork CA
• Design, build and install odor mitigation system on exhaust vents for 30,000 sq ft
gh grow, Chico CA
120 Rainbow Plaza Lane ♦ Brodheadsville, PA 92675 r Tel: (570) 460-8476 ♦ Fax: (570) 801-7879
Senior Engineer
AREAS OF EXPERTISE
• Odor Evaluation and Control
- CEQA Support/Impact Assessments
■ Air Permitting
Health Risk Assessments
Computational Fluid Dynamics
Greenhouse Gas Analyses
Atmospheric Dispersion Modeling
EXPERIENCE
NCM Odor Control
Senior Engineer, 2016
Air Permitting Specialists, Principal
1995-2016
Harza Engineering, Manager, Air
Quality Services, 1993-1995
PROFESSIONAL
CERTIFICATIONS/ASSOCIATIONS
Accredited Greenhouse Gas Lead
Verifier, Specialization in Process
Emissions and Electricity Transactions,
California Air Resources Board, 2009
Air and Waste Management
Association, Member
American Institute of Chemical
Engineers, Former Member
EDUCATION
• B.S., Physics, Simon Fraser University,
1972
- M.Eng., Chemical Engineering,
University of Toronto, 1975
NCM0)
OVERVIEW
Mr. Kapahi has over 30 years of experience in analyzing
air quality impacts, permitting stationary sources, and
preparing environmental impact documents. Mr. Kapahi
assists a broad range of clients with identifying and
meeting air quality requirements and resolving complex
regulatory issues affecting their projects.
The scope of his experience includes citing new
waste -to -energy plants and obtaining Conditional Use
Permits (CUPs) from city and county governments for new
projects or the expansion of existing projects. Mr.
Kapahi's specific experience and skills include the
preparation of emission inventories, analysis of
greenhouse gas (GHG) emissions, compliance with the
California Environmental Quality Act (CEQA), dispersion
modeling, oversight of air quality monitoring, assessment
of analysis impacts to public health, preparation of
responses to public comments, and appearing before City
and County Planning Boards and Commissions on behalf
of clients.
Following permit approvals, Mr. Kapahi continues to work
with clients on permit compliance, reporting obligations,
and negotiations of any future changes to facility permits.
FIELDS OF EXPERIENCE
Air Quality Permitting
Waste -to -Energy Project, Fort Irwin, CA
Mr. Kapahi was responsible for securing air permits from
the Mojave Desert Air Quality Management District
(MDAQMD) for a solid waste pyrolysis waste conversion
system. The project would convert 34 tons per day of solid
waste to synthetic gas that is subsequently combusted to
generate 1.75 megawatts (MW) of electric power. He
successfully obtained the permits from the MDAQMD.
The project is currently under construction.
Asphalt Production and Recycling Plant, Kern County,
CA
Mr. Kapahi prepared the necessary permit applications and
supporting documents for a 450,000 tons per year hot mix
asphalt and recycling plant. He quantified emissions of
regulated air pollutants, demonstrated compliance with
Best Available Control Technology BACT and emission
NCM 41
RAY KAPAHI
offset requirements, and calculated public health risks. The project is currently awaiting Authority to
Construct permits from the San Joaquin Valley Air Pollution Control District (SJVAPCD).
Title V Permitting for a Lumber Processing and Sawmill, Sonora, CA
Mr. Kapahi prepared the Title V permit application for submittal to the Environmental Protection agency
(EPA) Region 9 and Tuolumne County Air Pollution Control District (Tuolumne County APCD). He
demonstrated compliance with federally enforceable rules and regulations. The facility received the
permits in 2012 and remains fully compliant with both EPA and Tuolumne County APCD regulations.
CEQA Support
Analysis of Air Quality and GHG Impacts from Proposed Oil and Gas Production Wells, Kern
County, CA
Mr. Kapahi was a member of project team responsible for the preparation of an application for a CUP to
allow for the drilling of exploratory oil and gas wells. Air and GHG emissions were quantified and the
significance of their impacts were assessed within the context of SJVAPCD CEQA Guidelines. Over 15
projects have been successfully completed since 2011 in Kern, Monterrey, and Santa Barbara Counties.
Analysis of Air Quality Impacts from the Proposed Expansion of a Solid Waste and Recycling
Facility, Contra Costa County, CA
Mr. Kapahi was a member of project team responsible for the preparation of an Environmental Impact
Report (EIR) for the proposed expansion of a solid waste and material recycling facility from 1,500 tons
per day to 2,700 tons per day. The scope of analysis included the quantification of air emissions, use of
dispersion models to demonstrate compliance with air quality standards, and the analysis of public health
risks. The significance of project impacts was determined through comparison with CEQA Guidelines
established by the Bay Area Air Quality Management District (BAAQMD).
Dust and Odor Mitigation
Analysis and Control of Fugitive Odors and Dust from a Soil Blending Facility, Stockton, CA
Advanced Computational Fluid Mechanics (CFD) models were used to predict the air flow and movement
of fugitive dust at a soil blending facility. With this information, the client could install appropriate
mitigation services to mitigate off -site migration of fugitive dust. The movement of dust can be viewed
at hgps://www.youtube.com/watch?v=wXEX6IT-54U.
Ventilation System for Odor Control, Anaheim, CA
Advanced CFD models were used to predict the air flow and building pressure to identify the location,
size, and number of exhaust fans required to remove odors from the transfer station building
Analysis of Migration of Odors and Landfill Gas from a Class III Landfill, Portland, IN
Atmospheric dispersion models were employed to assess the migration of odors from a Class III landfill
in Central Indiana. The analysis reviewed current landfill gas emissions measurements, changing landfill
topography and local wind patterns to establish zones of impacts for odors. The results of the analysis
were used to design and install odor control systems.
L
Q�
C
w
tw
lA
O
m
Q
L
O
.E
N
t
m
Q
m
Y
m
W
L
N
c
3
v
C
.O
U
_
J
m
Q
L
a
Y
O
U Q
U
C
N
m
w Q
ftf
° u
C
L
C
L
U
41
m 0
w
'^
c
O
°
O
a 3
Q
u
z
o
C
O
L
L
Q
L
N
L —
41
C f9
m
>'
C�
L
U
O
7
41
u uNi
L
O
CU
C CLC
°
i
v
m
C
O
Y
C
}•
°
O .0 °
l
w
mu
i1
v
E
N U
O. m
O
C C m
�ji O m N
CO CL
C
•3
(AM
O
++ O
N
O
c
>>> d
u C
M
m—
N Q.
d
N CL
•
H O
N
}r Q
7 m
O N
H
L
.�
x
N
ZS
GJ
aO.
GJ `�
-O G1
X
w
u 3 7 d>
M
O a�
C C
O
f0
u
E
0°
O
(U
U O>
N U �••.
a (C
A 41
N (�
( Q
N
Q
L
t9
,Lm•,
N
E s
� w
Cam'
C ca
W 7
t O
(p
tw m
+'
C U
C
M
to v
w
O =
p
7
O
u
C
f6
O C O Z
"O r J
_ L
•f0
y
i"
N a
O
E
Z
C
N
0 v
O U y'C,.
E D
u u
L E
a0+
O! °- c
U.
m
41
4J
fi
C i
N m
O> O
N M
t3
(U-0C
Y 'p
GJ N
L
"O O
fl- G!
CL
C V
W X
•�
N C
E L
0
O
_0O
i -6
fY1 °
m C
N
7> Q
ft7 O Y
O w
h C
p
O
C
�^
N-C
•E
'� m w
°
O
L C
O
7 C m �+
ZT
N tw
'�
N
C
m �+
N L
c�
°
C
u
0 O
m N C
CL
E
O
U
_ o
N
Y u
?
O
E
C
> N
O
a+
0 0 N
O
O C
G!
N C
m O
C
L O X
O
'^
E
y
U 41
�,
f°
N
v
C
�
;�
>
t0 v
m O Y L
p
E
O
f0
O W
O C1
N '�"'
u
N
G1
N °
E
N C
L °
y O. O CL
L �j N
`!
41
N Q/
a
tU O
O
L
41
tU
Q/ Y�
L N
cc
a u
a N
w 0
D a
C7 O.
c. L aH
U
C
r
p
Q
z
CLC
E°
C
L
u
m
u
U
—
C
3
f0 U
a,
1
a
U
U
s
O
OU
1
N
C tS
fl7
J
Y
J
a
w
U
U
N
N
>. .�
N
C
O
+ m
C
m
O
oj
E
E
m
O C
c (o
L U
L
m O
v C
Q(U
u
m
O o
fO
L
C o o
mui
C i
w Q
-p a
Y
OL
a
O
Ew
i
O 1 Ql
m
0
Q
U N
o.4..
E 0
c
° -o
ME
c to
O EA
C
to L
O p
+_'
C _
N N ++
E C
N CL
O
N E �
>, u>
N O
`
c -p
M -a
m;
f6 O
a
v
o. a
m f6
Q E U
Q w3
a o
N
T
QJ
i
N
04
'^
p
3
0
M
cu C
0
C
W C
M
H
Vi
: Q
Ln
N N
U
E
a
>-
c
m Q
O
0 L
?i O
a
U
N
C
3
O
a,
o
v
m
a`,
a
o
o
N O
D
U
Z
c
c
O
u,
W
-0 0)
C m
CL
'341
C
o
O
1 O °
a+
`-
O
C
O
C
'
4
C
7 C C
f6
N
m
3
`�
> m a
E p
a
@
aci
w,
°1
o
a>i >> v
0
p c
0
v
` C
O>
v
C
(A
c
Q
i
,. +�
V>>
p
C 'O
_
O
m
T
O wCA
N
7
M
41
E " m
CA
T m
0
S
H
C_Q
E
'` Y GO
0
� + -0C
�,
w
O
++
a� (A
C m
"
c
uu
O c m
"p c J Z
IAa)N
O C
X
O
of
a
'�-
) W
4.1
w
M
y
O M s @
v
v
�?
oo
U
— 0
0 7
N
'a
41
W
tw
"d i `1
C p �S m
a7 T
41
of
to
c �'
c
O
uu
M
p
E
dJ
m p a
c'�o
a+
3-
�O
c
N
t
m—
c
O
'n
O
d
.*—' O> OL
O of
t
a.+
E
C
.� m
m m
7 p m O
of O
N OA
4 N
,m„
i-AC
v,
m E
3
s +'
a m a 41
E vu'i
C
m
aci
O
E
o
,2
m o o N
.E c
E 42
CL
7
L
GJ
M
m C
O
N
N i p E
Q
G1
i O O
u(U
y m
c
a p
N n
'^
N
L v\
u
41
m p ,[
,On N �=
m 3
w O
L
v
a
a d
a s
6
a
U °a�
o�t.o
a Ln 0
�� pua`
Elmo
U
C
m m
Q
>
vm
u
O
ai
o
-p O Q
U U
1
O
U
m ,
C
Y
j c m
m N
V7
m
S LL. m
o
O 00
v_, c
� O
� m
pp 0
c m
? 41
(A
u
m >
v i0
O
C C-
a +'
E 7
-O O
O -C
+'
m E
- V
E 41
u
a
o
-O $
� "-'
-p E m
p
a41
m
o
m m
c
R Q
w
41
c
c c
E E
v c
E
a o
7 `~
a o
• `n 41
W o u
3 m w
„ ut
L
T
.�
-
A
p i
a
� c O
m
N a
'�
y
0 Q
m L C
a� �. m
EXHIBIT "B"
INSURANCE PROVISIONS
Including
Verification of Coverage,
Sufficiency of Insurers,
Errors and Omissions Coverage,
Minimum Scope of Insurance,
Deductibles and Self -Insured Retentions, and
Severability of Interests (Separation of Insureds)
Revised: 1/31/18
720599.1
INSURANCE
1. Procurement and Maintenance of Insurance. Contractor shall procure and
maintain public liability and property damage insurance against all claims for injuries against
persons or damages to property resulting from Contractor's performance under this Agreement.
Contractor shall procure and maintain all insurance at its sole cost and expense, in a form and
content satisfactory to the City, and submit concurrently with its execution of this Agreement.
Contractor shall also carry workers' compensation insurance in accordance with California
workers' compensation laws. Such insurance shall be kept in full force and effect during the
term of this Agreement, including any extensions. Such insurance shall not be cancelable
without thirty (30) days advance written notice to City of any proposed cancellation. Certificates
of insurance evidencing the foregoing and designating the City, its elected officials, officers,
employees, agents, and volunteers as additional named insureds by original endorsement shall be
delivered to and approved by City prior to commencement of services. The procuring of such
insurance and the delivery of policies, certificates, and endorsements evidencing the same shall
not be construed as a limitation of Contractor's obligation to indemnify City, its elected officials,
officers, agents, employees, and volunteers.
2. Minimum Scope of Insurance. The minimum amount of insurance required
under this Agreement shall be as follows:
1. Comprehensive general liability and personal injury with limits of at least
one million dollars ($1,000,000.00) combined single limit coverage per occurrence and two
million dollars ($2,000,000) general aggregate;
2. Automobile liability insurance with limits of at least one million dollars
($1,000,000.00) per occurrence;
3. Professional liability (errors and omissions) insurance with limits of at
least one million dollars ($1,000,000.00) per occurrence and two million dollars ($2,000,000)
annual aggregate is:
X required
is not required;
4. Workers' Compensation insurance in the statutory amount as required by
the State of California and Employer's Liability Insurance with limits of at least one million
dollars $1 million per occurrence. If Contractor has no employees, Contractor shall complete the
City's Request for Waiver of Workers' Compensation Insurance Requirement form.
3. Primary Insurance. For any claims related to this Agreement, Contractor's
insurance coverage shall be primary with respect to the City and its respective elected officials,
officers, employees, agents, and volunteers. Any insurance or self-insurance maintained by City
and its respective elected officials, officers, employees, agents, and volunteers shall be in excess
of Contractor's insurance and shall not contribute with it. For Workers' Compensation and
Employer's Liability Insurance only, the insurer shall waive all rights of subrogation and
12 Revised: 1 /31 /18
720599.1
contribution it may have against City, its elected officials, officers, employees, agents, and
volunteers.
4. Errors and Omissions Coverage. If Errors & Omissions Insurance is required,
and if Contractor provides claims made professional liability insurance, Contractor shall also
agree in writing either (1) to purchase tail insurance in the amount required by this Agreement to
cover claims made within three years of the completion of Contractor's services under this
Agreement, or (2) to maintain professional liability insurance coverage with the same carrier in
the amount required by this Agreement for at least three years after completion of Contractor's
services under this Agreement. Contractor shall also be required to provide evidence to City of
the purchase of the required tail insurance or continuation of the professional liability policy.
5. Sufficiency of Insurers. Insurance required in this Agreement shall be provided
by authorized insurers in good standing with the State of California. Coverage shall be provided
by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class
VII, or better, unless otherwise acceptable to the City.
6. Verification of Coverage. Contractor shall furnish City with both certificates of
insurance and endorsements, including additional insured endorsements, effecting all of the
coverages required by this Agreement. The certificates and endorsements are to be signed by a
person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be
received and approved by the City before work commences. City reserves the right to require
Contractor's insurers to provide complete, certified copies of all required insurance policies at
any time. Additional insured endorsements are not required for Errors and Omissions and
Workers' Compensation policies.
Verification of Insurance coverage may be provided by: (1) an approved General and/or
Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of
Liability Insurance Coverage with an approved Additional Insured Endorsement with the
following endorsements stated on the certificate:
1. "The City of Palm Springs, its officials, employees, and agents are named as an
additional insured... " ("as respects City of Palm Springs Contract No. it or 'for any and all
work performed with the City" may be included in this statement).
2. "This insurance is primary and non-contributory over any insurance or self-
insurance the City may have..." ("as respects City of Palm Springs Contract No." or 'for any
and all work performed with the City" may be included in this statement).
3. "Should any of the above described policies be canceled before the expiration
date thereof, the issuing company will mail 30 days written notice to the Certificate Holder
named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose
no obligation or liability of any kind upon the company, its agents or representative" is not
acceptable and must be crossed out.
13 Revised: 1/31/18
720599.1
4. Both the Workers' Compensation and Employers' Liability policies shall contain
the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees,
agents, and volunteers.
In addition to the endorsements listed above, the City of Palm Springs shall be named the
certificate holder on the policies.
All certificates of insurance and endorsements are to be received and approved by the City
before work commences. All certificates of insurance must be authorized by a person with
authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter.
Failure to obtain the required documents prior to the commencement of work shall not waive the
Contractor's obligation to provide them.
7. Deductibles and Self -Insured Retentions. Any deductibles or self -insured
retentions must be declared to and approved by the City prior to commencing any work or
services under this Agreement. At the option of the City, either (1) the insurer shall reduce or
eliminate such deductibles or self -insured retentions with respect to the City, its elected officials,
officers, employees, agents, and volunteers; or (2) Contractor shall procure a bond guaranteeing
payment of losses and related investigations, claim administration, and defense expenses.
Certificates of Insurance must include evidence of the amount of any deductible or self -insured
retention under the policy. Contractor guarantees payment of all deductibles and self -insured
retentions.
8. Severability of Interests (Separation of Insureds). This insurance applies
separately to each insured against whom claim is made or suit is brought except with respect to
the limits of the insurer's liability.
14 Revised: 1131/18
720599.1