Loading...
Contract - Luhdorff & Scalmanini Consulting Engineers, Inc. - McCarthy Well Design and Construction Engineering Services - Signed 2022-11-21City of Gilroy Agreement/Contract Tracking Today’s Date: November 14, 2022 Your Name: Michael Lewis Contract Type: Services over $5k - Consultant Phone Number: 408-846-0265 Contract Effective Date: (Date contract goes into effect) 6/1/2022 Contract Expiration Date: 12/31/2022 Contractor / Consultant Name: (if an individual’s name, format as last name, first name) Luhdorff & Scalmanini Consulting Engineers (LSCE) 500 First Street Woodland, CA 95695 Taxpayer ID: 20-1984423 Signer’s Name/Title: William L. Halligan/Vice President Contract Subject: (no more than 100 characters) McCarthy Well Design and Construction Engineering Services Contract Amount: (Total Amount of contract. If no amount, leave blank) $719,502 By submitting this form, I confirm this information is complete:  Date of Contract  Contractor/Consultant name and complete address  Terms of the agreement (start date, completion date or “until project completion”, cap of compensation to be paid)  Scope of Services, Terms of Payment, Milestone Schedule and exhibit(s) attached  Taxpayer ID or Social Security # and Contractors License # if applicable  Contractor/Consultant signer’s name and title  City Administrator or Department Head Name, City Clerk (Attest), City Attorney (Approved as to Form) Routing Steps for Electronic Signature Risk Manager City Attorney Approval As to Form City Administrator or Department Head City Clerk Attestation DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 TYPE OF PROCURMENT DOLLAR THRESHOLD / SIGNING AUTHORITY STAFF LEVEL DEPARTMENT HEAD CITY ADMINISTRATOR COUNCIL APPROVAL $0-$999.99 $1,000-$49,999.99 $50,000-$99,999.99 $100,000-Above EQUIPMENT /SUPPLIES/ MATERIALS Furniture, hoses, parts, pipe manholes, office supplies, fuel, tools, PPE items, etc… • Vendor selection at discretion of staff Payment Method Purchase Card or Payment Request (if vendor does not accept credit cards) • Informal bid/quotation – 3 quotes (verbal or written) • Purchasing Summary form w/ Purchasing Approval • Purchase Requisition Payment Method Purchase Order* • Informal bid/quotation – 3 written quotes • Purchasing Summary form w/ City Administrator Approval • Purchase Requisition Payment Method Purchase Order • Formal Bid • Advertisement • Council Approval • Purchase Requisition signed by City Administrator Payment Method Purchase Order GENERAL SERVICES Janitorial, landscape maintenance, equipment repair, installation, graffiti abatement, service inspections, uniform cleaning, etc… • Vendor selection at discretion of staff • May require insurance documents depending on scope/ nature of work Payment Method Purchase Card (if incorporated) Signed Payment Request (if so proprietor or partner) • Informal bid/quotation – 3 quotes (verbal or written) • Purchasing Summary form w/ Department Head Approval • Standard Agreement • Purchase Requisition Payment Method Purchase Order* • Informal Bid/RFP quotation – 3 written quotes • Purchasing Summary form w/ City Administrator Approval • Standard Agreement • Purchase Requisition Payment Method Purchase Order • Formal Bid/RFP/RFQ • Advertisement • Council Approval • Standard Agreement • Purchase Requisition Payment Method Purchase Order PROFESSIONAL SERVICES Consultants, architects, designers, auditors, etc... • Vendor selection at the discretion of staff • Purchase Summary Form w/ Purchasing Approval • Standard Agreement signed by Department Head • Purchase Requisition Payment Method Purchase Order • RFP/RFQ to at least 3 consultants • Purchase Summary Form w/ Department Head Approval • Standard Agreement • Purchase Requisition Payment Method Purchase Order • RFP/RFQ to a list of consultants • Evaluation Spreadsheet w/ City Administrator Approval • Standard Agreement • Purchase Requisition Payment Method Purchase Order • Formal RFP/RFQ • Advertisement • Council Approval • Standard Agreement signed by City Administrator • Purchase Requisition Payment Method Purchase Order DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 11/21/2022 AGREEMENT FOR SERVICES For contracts over $5,000 - CONSULTANT) This AGREEMENT made this September day of 16, 2019, between: CITY: City of Gilroy, having a principal place of business at 7351 Rosanna Street, Gilroy, California and CONSULTANT: Luhdorff & Scalmanini Consulting Engineers, having a principal place of business at 500 First Street, Woodland, CA 95695. ARTICLE 1. TERM OF AGREEMENT This Agreement will become effective on 9/20/2019 and will continue in effect through 12/31/2022 unless terminated in accordance with the provisions of Article 7 of this Agreement. Any lapse in insurance coverage as required by Article 5, Section D of this Agreement shall terminate this Agreement regardless of any other provision stated herein. 5 . L . Initial ARTICLE 2. INDEPENDENT CONTRACTOR STATUS It is the express intention of the parties that CONSULTANT is an independent contractor and not an employee, agent, joint venturer or partner of CITY. Nothing in this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between CITY and CONSULTANT or any employee or agent of CONSULTANT. Both parties acknowledge that CONSULTANT is not an employee for state or federal tax purposes. CONSULTANT shall not be entitled to any of the rights or benefits afforded to CITY' S employees, including, without limitation, disability or unemployment insurance, workers' compensation, medical insurance, sick leave, retirement benefits or any other employment benefits. CONSULTANT shall retain the right to perform services for others during the term of this Agreement. ARTICLE 3. SERVICES TO BE PERFORMED BY CONSULTANT A. Specific Services CONSULTANT agrees to: Perform the services as outlined in Exhibit "A" ("Specific Provisions") and Exhibit "B" ("Scope of Services"), within the time periods described in Exhibit "C" ("Milestone Schedule"). B. Method of Performing Services CONSULTANT shall determine the method, details and means of performing the above - described services. CITY shall have no right to, and shall not, control the manner or determine the method of accomplishing CONSULTANT'S services. 4835-2267-03610 LAC104706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 C. Employment of Assistants CONSULTANT may, at the CONSULTANT'S own expense, employ such assistants as CONSULTANT deems necessary to perform the services required of CONSULTANT by this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 below. CITY may not control, direct, or supervise CONSULTANT'S assistants in the performance of those services. CONSULTANT assumes full and sole responsibility for the payment of all compensation and expenses of these assistants and for all state and federal income tax, unemployment insurance, Social Security, disability insurance and other applicable withholding. D. Place of Work CONSULTANT shall perform the services required by this Agreement at any place or location and at such times as CONSULTANT shall determine is necessary to properly and timely perform CONSULTANT'S services. ARTICLE 4. COMPENSATION A. Consideration In consideration for the services to be performed by CONSULTANT, CITY agrees to pay CONSULTANT the amounts set forth in Exhibit "D" ("Payment Schedule"). In no event however shall the total compensation paid to CONSULTANT exceed $562,145. , B. Invoices CONSULTANT shall submit invoices for all services rendered. C. Payment Payment shall be due according to the payment schedule set forth in Exhibit "D". No payment will be made unless CONSULTANT has first provided City with a written receipt of invoice describing the work performed and any approved direct expenses (as provided for in Exhibit "A", Section IV) incurred during the preceding period. If CITY objects to all or any portion of any invoice, CITY shall notify CONSULTANT of the objection within thirty (30) days from receipt of the invoice, give reasons for the objection, and pay that portion of the invoice not in dispute. It shall not constitute a default or breach of this Agreement for CITY not to pay any invoiced amounts to which it has objected until the objection has been resolved by mutual agreement of the parties. D. Expenses CONSULTANT shall be responsible for all costs and expenses incident to the performance of services for CITY, including but not limited to, all costs of equipment used or provided by CONSULTANT, all fees, fines, licenses, bonds or taxes required of or imposed against CONSULTANT and all other of CONSULTANT'S costs of doing business. CITY shall not be 4835-2267-0361A _2_ LAM04706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 responsible for any expenses incurred by CONSULTANT in performing services for CITY, except for those expenses constituting "direct expenses" referenced on Exhibit "A." ARTICLE 5. OBLIGATIONS OF CONSULTANT A. Tools and Instrumentalities CONSULTANT shall supply all tools and instrumentalities required to perform the services under this Agreement at its sole cost and expense. CONSULTANT is not required to purchase or rent any tools, equipment or services from CITY. B. Workers' Compensation CONSULTANT agrees to provide workers' compensation insurance for CONSULTANT'S employees and agents and agrees to hold harmless, defend with counsel acceptable to CITY and indemnify CITY, its officers, representatives, agents and employees from and against any and all claims, suits, damages, costs, fees, demands, causes of action, losses, liabilities and expenses, including without limitation reasonable attorneys' fees, arising out of any injury, disability, or death of any of CONSULTANT'S employees. C. Indemnification of Liability, Duty to Defend 1. As to professional liability, to the fullest extent permitted by law, CONSULTANT shall defend, through counsel approved by CITY (which approval shall not be unreasonably withheld), indemnify and hold harmless CITY, its officers, representatives, agents and employees against any and all suits, damages, costs, fees, claims, demands, causes of action, losses, liabilities and expenses, including without limitation attorneys' fees, to the extent arising or resulting directly or indirectly from any willful or negligent acts, errors or omissions of CONSULTANT or CONSULTANT'S assistants, employees or agents, including all claims relating to the injury or death of any person or damage to any property. 2. As to other liability, to the fullest extent permitted by law, CONSULTANT shall defend, through counsel approved by CITY (which approval shall not be unreasonably withheld), indemnify and hold harmless CITY, its officers, representatives, agents and employees against any and all suits, damages, costs, fees, claims, demands, causes of action, losses, liabilities and expenses, including without limitation attorneys' fees, arising or resulting directly or indirectly from any act or omission of CONSULTANT or CONSULTANT'S assistants, employees or agents, including all claims relating to the injury or death of any person or damage to any property. D. Insurance In addition to any other obligations under this Agreement, CONSULTANT shall, at no cost to CITY, obtain and maintain throughout the term of this Agreement: (a) Commercial Liability Insurance on a per occurrence basis, including coverage for owned and non -owned automobiles, with a minimum combined single limit coverage of $1,000,000 per occurrence for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, 4835-2267-0361v1 LAC104706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 including the loss of use thereof, and (b) Professional Liability Insurance (Errors & Omissions) with a minimum coverage of $1,000,000 per occurrence or claim, and $2,000,000 aggregate; provided however, Professional Liability Insurance written on a claims made basis must comply with the requirements set forth below. Professional Liability Insurance written on a claims made basis (including without limitation the initial policy obtained and all subsequent policies purchased as renewals or replacements) must show the retroactive date, and the retroactive date must be before the earlier of the effective date of the contract or the beginning of the contract work. Claims made Professional Liability Insurance must be maintained, and written evidence of insurance must be provided, for at least five (5) years after the completion of the contract work. If claims made coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a retroactive date prior to the earlier of the effective date of the contract or the beginning of the contract work, CONSULTANT must purchase so called extended reporting" or "tail" coverage for a minimum of five (5) years after completion of work, which must also show a retroactive date that is before the earlier of the effective date of the contract or the beginning of the contract work. As a condition precedent to CITY'S obligations under this Agreement, CONSULTANT shall furnish written evidence of such coverage (naming CITY, its officers and employees as additional insureds on the Comprehensive Liability insurance policy referred to in (a) immediately above via a specific endorsement) and requiring thirty (30) days written notice of policy lapse or cancellation, or of a material change in policy terms. E. Assignment Notwithstanding any other provision of this Agreement, neither this Agreement nor any duties or obligations of CONSULTANT under this Agreement may be assigned or subcontracted by CONSULTANT without the prior written consent of CITY, which CITY may withhold in its sole and absolute discretion. F. State and Federal Taxes As CONSULTANT is not CITY'S employee, CONSULTANT shall be responsible for paying all required state and federal taxes. Without limiting the foregoing, CONSULTANT acknowledges and agrees that: CITY will not withhold FICA (Social Security) from CONSULTANT'S payments; CITY will not make state or federal unemployment insurance contributions on CONSULTANT'S behalf; CITY will not withhold state or federal income tax from payment to CONSULTANT; CITY will not make disability insurance contributions on behalf of CONSULTANT; CITY will not obtain workers' compensation insurance on behalf of CONSULTANT. 4835-2267-03610 LAC104706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 ARTICLE 6. OBLIGATIONS OF CITY A. Cooperation of City CITY agrees to respond to all reasonable requests of CONSULTANT and provide access, at reasonable times following receipt by CITY of reasonable notice, to all documents reasonably necessary to the performance of CONSULTANT'S duties under this Agreement. B. Assignment CITY may assign this Agreement or any duties or obligations thereunder to a successor governmental entity without the consent of CONSULTANT. Such assignment shall not release CONSULTANT from any of CONSULTANT'S duties or obligations under this Agreement. ARTICLE 7. TERMINATION OF AGREEMENT A. Sale of Consultant's Business/ Death of Consultant. CONSULTANT shall notify CITY of the proposed sale of CONSULTANT's business no later than thirty (30) days prior to any such sale. CITY shall have the option of terminating this Agreement within thirty (30) days after receiving such notice of sale. Any such CITY termination pursuant to this Article 7.A shall be in writing and sent to the address for notices to CONSULTANT set forth in Exhibit A, Subsection V.H., no later than thirty (30) days after CITY' receipt of such notice of sale. If CONSULTANT is an individual, this Agreement shall be deemed automatically terminated upon death of CONSULTANT. B. Termination by City for Default of Consultant Should CONSULTANT default in the performance of this Agreement or materially breach any of its provisions, CITY, at CITY' S option, may terminate this Agreement by giving written notification to CONSULTANT. For the purposes of this section, material breach of this Agreement shall include, but not be limited to the following: 1. CONSULTANT'S failure to professionally and/or timely perform any of the services contemplated by this Agreement. 2. CONSULTANT'S breach of any of its representations, warranties or covenants contained in this Agreement. CONSULTANT shall be entitled to payment only for work completed in accordance with the terms of this Agreement through the date of the termination notice, as reasonably determined by CITY, provided that such payment shall not exceed the amounts set forth in this Agreement for the tasks described on Exhibit C" which have been frilly, competently and timely rendered by CONSULTANT. Notwithstanding the foregoing, if CITY terminates this Agreement due to CONSULTANT'S default in the performance of this Agreement or material breach by CONSULTANT of any of its provisions, then in addition to any other rights and remedies CITY 4835-2267-0361v1 _5_ LAC\04706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 may have, CONSULTANT shall reimburse CITY, within ten (10) days after demand, for any and all costs and expenses incurred by CITY in order to complete the tasks constituting the scope of work as described in this Agreement, to the extent such costs and expenses exceed the amounts CITY would have been obligated to pay CONSULTANT for the performance of that task pursuant to this Agreement. C. Termination for Failure to Make Agreed -Upon Payments Should CITY fail to pay CONSULTANT all or any part of the compensation set forth in Article 4 of this Agreement on the date due, then if and only if such nonpayment constitutes a default under this Agreement, CONSULTANT, at the CONSULTANT'S option, may terminate this Agreement if such default is not remedied by CITY within thirty (30) days after demand for such payment is given by CONSULTANT to CITY. D. Transition after Termination Upon termination, CONSULTANT shall immediately stop work, unless cessation could potentially cause any damage or harm to person or property, in which case CONSULTANT shall cease such work as soon as it is safe to do so. CONSULTANT shall incur no further expenses in connection with this Agreement. CONSULTANT shall promptly deliver to CITY all work done toward completion of the services required hereunder, and shall act in such a manner as to facilitate any the assumption of CONSULTANT's duties by any new consultant hired by the CITY to complete such services. ARTICLE S. GENERAL PROVISIONS A. Amendment & Modification No amendments, modifications, alterations or changes to the terms of this Agreement shall be effective unless and until made in a writing signed by both parties hereto. B. Americans with Disabilities Act of 1990 Throughout the term of this Agreement, the CONSULTANT shall comply fully with all applicable provisions of the Americans with Disabilities Act of 1990 ("the Act") in its current form and as it may be amended from time to time. CONSULTANT shall also require such compliance of all subcontractors performing work under this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 above. The CONSULTANT shall defend with counsel acceptable to CITY, indemnify and hold harmless the CITY OF GILROY, its officers, employees, agents and representatives from and against all suits, claims, demands, damages, costs, causes of action, losses, liabilities, expenses and fees, including without limitation reasonable attorneys' fees, that may arise out of any violations of the Act by the CONSULTANT, its subcontractors, or the officers, employees, agents or representatives of either. 4835-2267-0361 v1 _6_ LAC104706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 C. Attorneys' Fees If any action at law or in equity, including an action for declaratory relief, is brought to enforce or interpret the provisions of this Agreement, the prevailing parry will be entitled to reasonable attorneys' fees, which may be set by the court in the same action or in a separate action brought for that purpose, in addition to any other relief to which that party may be entitled. D. Captions The captions and headings of the various sections, paragraphs and subparagraphs of the Agreement are for convenience only and shall not be considered nor referred to for resolving questions of interpretation. E. Compliance with Laws The CONSULTANT shall keep itself informed of all State and National laws and all municipal ordinances and regulations of the CITY which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. Without limiting the foregoing, CONSULTANT agrees to observe the provisions of the Municipal Code of the CITY OF GILROY, obligating every contractor or subcontractor under a contract or subcontract to the CITY OF GILROY for public works or for goods or services to refrain from discriminatory employment or subcontracting practices on the basis of the race, color, sex, religious creed, national origin, ancestry of any employee, applicant for employment, or any potential subcontractor. F. Conflict of Interest CONSULTANT certifies that to the best of its knowledge, no CITY employee or office of any public agency interested in this Agreement has any pecuniary interest in the business of CONSULTANT and that no person associated with CONSULTANT has any interest that would constitute a conflict of interest in any manner or degree as to the execution or performance of this Agreement. G. Entire Agreement This Agreement supersedes any and all prior agreements, whether oral or written, between the parties hereto with respect to the rendering of services by CONSULTANT for CITY and contains all the covenants and agreements between the parties with respect to the rendering of such services in any manner whatsoever. Each party to this Agreement acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which are not embodied herein, and that no other agreement, statement or promise not contained in this Agreement shall be valid or binding. No other agreements or conversation with any officer, agent or employee of CITY prior to execution of this Agreement shall affect or modify any of the terms or obligations contained in any documents comprising this Agreement. Such other agreements or conversations shall be considered as unofficial information and in no way binding upon CITY. 4835-2267-0361 v1 _7_ LAC\04706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 H. Governing Law and Venue This Agreement shall be governed by and construed in accordance with the laws of the State of California without regard to the conflict of laws provisions of any jurisdiction. The exclusive jurisdiction and venue with respect to any and all disputes arising hereunder shall be in state and federal courts located in Santa Clara County, California. I. Notices Any notice to be given hereunder by either party to the other may be effected either by personal delivery in writing or by mail, registered or certified, postage prepaid with return receipt requested. Mailed notices shall be addressed to the parties at the addresses appearing in Exhibit "A", Section V.H. but each party may change the address by written notice in accordance with this paragraph. Notices delivered personally will be deemed delivered as of actual receipt; mailed notices will be deemed delivered as of three (3) days after mailing. J. Partial Invalidity If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions will nevertheless continue in full force without being impaired or invalidated in any way. K. Time of the Essence All dates and times referred to in this Agreement are of the essence. L. Waiver CONSULTANT agrees that waiver by CITY of any one or more of the conditions of performance under this Agreement shall not be construed as waiver(s) of any other condition of performance under this Agreement. Executed at Gilroy, California, on the date and year first above written. CONSULTANT: Luhdorff & Scalmanini Consulting Enaineers By:.a--.. Name: Scott Lewis Title: Principal Geologist Social Security or Taxpayer Identification Number 201984423 Approved as to Form Citv Attornev I i - 4835-2267-0361A -8- LAC\04706083 CITY: CITY OF GILROY By: ......................... Name: Gabriel A. Gonzalez Title: Citv Administrator MA DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 EXHIBIT "A" SPECIFIC PROVISIONS I. PROJECT MANAGER CONSULTANT shall provide the services indicated on the attached Exhibit "B", Scope of Services ("Services"). (All exhibits referenced are incorporated herein by reference.) To accomplish that end, CONSULTANT agrees to assign Jason Coleman, who will act in the capacity of Project Manager, and who will personally direct such Services. Except as may be specified elsewhere in this Agreement, CONSULTANT shall furnish all technical and professional services including labor, material, equipment, transportation, supervision and expertise to perform all operations necessary and required to complete the Services in accordance with the terms of this Agreement. II. NOTICE TO PROCEED/COMPLETION OF SERVICE A. NOTICE TO PROCEED CONSULTANT shall commence the Services upon delivery to CONSULTANT of a written Notice to Proceed", which Notice to Proceed shall be in the form of a written communication from designated City contact person(s). Notice to Proceed may be in the form of e-mail, fax or letter authorizing commencement of the Services. For purposes of this Agreement, Faranak Mandavi shall be the designated City contact person(s). Notice to Proceed shall be deemed to have been delivered upon actual receipt by CONSULTANT or if otherwise delivered as provided in the Section V.H. ("Notices") of this Exhibit "A". B. COMPLETION OF SERVICES When CITY determines that CONSULTANT has completed all of the Services in accordance with the terms of this Agreement, CITY shall give CONSULTANT written Notice of Final Acceptance, and CONSULTANT shall not incur any further costs hereunder. CONSULTANT may request this determination of completion when, in its opinion, it has completed all of the Services as required by the terms of this Agreement and, if so requested, CITY shall make this determination within two (2) weeks of such request, or if CITY determines that CONSULTANT has not completed all of such Services as required by this Agreement, CITY shall so inform CONSULTANT within this two (2) week period. III. PROGRESS SCHEDULE The schedule for performance and completion of the Services will be as set forth in the attached Exhibit "C". IV. PAYMENT OF FEES AND DIRECT EXPENSES Payments shall be made to CONSULTANT as provided for in Article 4 of this Agreement. 4835-2267-0361v1 _1 _ LAC104706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 Direct expenses are charges and fees not included in Exhibit "B". CITY shall be obligated to pay only for those direct expenses which have been previously approved in writing by CITY. CONSULTANT shall obtain written approval from CITY prior to incurring or billing of direct expenses. Copies of pertinent financial records, including invoices, will be included with the submission of billing(s) for all direct expenses. V. OTHER PROVISIONS A. STANDARD OF WORKMANSHIP CONSULTANT represents and warrants that it has the qualifications, skills and licenses necessary to perform the Services, and its duties and obligations, expressed and implied, contained herein, and CITY expressly relies upon CONSULTANT'S representations and warranties regarding its skills, qualifications and licenses. CONSULTANT shall perform such Services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Any plans, designs, specifications, estimates, calculations, reports and other documents furnished under this Agreement shall be of a quality acceptable to CITY. The minimum criteria for acceptance shall be a product of neat appearance, well -organized, technically and grammatically correct, checked and having the maker and checker identified. The minimum standard of appearance, organization and content of the drawings shall be that used by CITY for similar purposes. B. RESPONSIBILITY OF CONSULTANT CONSULTANT shall be responsible for the professional quality, technical accuracy, and the coordination of the Services furnished by it under this Agreement. CONSULTANT shall not be responsible for the accuracy of any project or technical information provided by the CITY. The CITY' S review, acceptance or payment for any of the Services shall not be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and CONSULTANT shall be and remain liable to CITY in accordance with applicable law for all damages to CITY caused by CONSULTANT'S negligent performance of any of the services furnished under this Agreement. C. RIGHT OF CITY TO INSPECT RECORDS OF CONSULTANT CITY, through its authorized employees, representatives or agents, shall have the right, at any and all reasonable times, to audit the books and records (including, but not limited to, invoices, vouchers, canceled checks, time cards, etc.) of CONSULTANT for the purpose of verifying any and all charges made by CONSULTANT in connection with this Agreement. CONSULTANT shall maintain for a minimum period of three (3) years (from the date of final payment to CONSULTANT), or for any longer period required by law, sufficient books and records in accordance with standard California accounting practices to establish the correctness of all charges submitted to CITY by CONSULTANT, all of which shall be made available to CITY at the CITY's offices within five (5) business days after CITY's request. 4835-2267-0361v1 LAC104706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 D. CONFIDENTIALITY OF MATERIAL All ideas, memoranda, specifications, plans, manufacturing procedures, data (including, but not limited to, computer data and source code), drawings, descriptions, documents, discussions or other information developed or received by or for CONSULTANT and all other written and oral information developed or received by or for CONSULTANT and all other written and oral information submitted to CONSULTANT in connection with the performance of this Agreement shall be held confidential by CONSULTANT and shall not, without the prior written consent of CITY, be used for any purposes other than the performance of the Services, nor be disclosed to an entity not connected with the performance of the such Services. Nothing furnished to CONSULTANT which is otherwise known to CONSULTANT or is or becomes generally known to the related industry (other than that which becomes generally known as the result of CONSULTANT'S disclosure thereof) shall be deemed confidential. CONSULTANT shall not use CITY'S name or insignia, or distribute publicity pertaining to the services rendered under this Agreement in any magazine, trade paper, newspaper or other medium without the express written consent of CITY. E. NO PLEDGING OF CITY'S CREDIT. Under no circumstances shall CONSULTANT have the authority or power to pledge the credit of CITY or incur any obligation in the name of CITY. F. OWNERSHIP OF MATERIAL. All material including, but not limited to, computer information, data and source code, sketches, tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals, tests, maps, calculations, photographs, reports and other material developed, collected, prepared (or caused to be prepared) under this Agreement shall be the property of CITY, but CONSULTANT may retain and use copies thereof subject to Section V.D of this Exhibit "A". CITY shall not be limited in any way in its use of said material at any time for any work, whether or not associated with the City project for which the Services are performed. However, CONSULTANT shall not be responsible for, and City shall indemnify CONSULTANT from, damages resulting from the use of said material for work other than PROJECT, including, but not limited to, the release of this material to third parties for work other than on PROJECT. G. NO THIRD PARTY BENEFICIARY. This Agreement shall not be construed or deemed to be an agreement for the benefit of any third party or parties, and no third party or parties shall have any claim or right of action hereunder for any cause whatsoever. 4835-2267-03610 _3 _ LAM04706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 H. NOTICES. Notices are to be sent as follows: CITY: Faranak Mandavi City of Gilroy 7351 Rosanna Street Gilroy, CA 95020 CONSULTANT: Jason = tln 500 First Street Woodland, CA 95695 I. FEDERAL FUNDING REQUIREMENTS. If the box to the left of this sentence is checked, this Agreement involves federal funding and the requirements of this Section V.I. apply. If the box to the left of this sentence is checked, this Agreement does not involve federal funding and the requirements of this Section V.I. do not apply. DBE Program CONSULTANT shall comply with the requirements of Title 49, Part 26, Code of Federal Regulations (49 CFR 26) and the City -adopted Disadvantaged Business Enterprise programs. 2. Cost Principles Federal Acquisition Regulations in Title 48, CFR 31, shall be used to determine the allowable cost for individual items. Covenant against Contingent Fees The CONSULTANT warrants that he/she has not employed or retained any company or person, other than a bona fide employee working for the CONSULTANT, to solicit or secure this Agreement, and that he/she 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 formation of this Agreement. For breach or violation of this warranty, the Local Agency shall have the right to annul this Agreement without liability or, at its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. 4835-2267-0361 v1 LAC104706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 J. PREVAILING WAGE. CONTRACTOR agrees and acknowledges that it is its obligation to determine whether, and to what extent, any work performed is or any workers employed relative to any construction to be performed under this Agreement are subject to any Codes, Ordinances, Resolutions, Rules and other Regulations and established policies of CITY and the laws of the State of California and the United States, including, without limitation, the California Labor Code and Public Contract Code relating to public contracting and prevailing wage requirements ("Prevailing Wage Laws"). To the extent Prevailing Wage Laws apply to work performed or workers employed for the purpose of performing work under this Agreement, CONTRACTOR shall fully comply with and ensure that all workers and/or subcontractors are informed of and comply with all Prevailing Wage Laws and specifically any applicable requirement of California Labor Code Sections 1720 et seq. and 1770 et seq. and the regulations thereunder, which require the payment of prevailing wage rates based on labor classification, as determined by the State of California, and the performance of other requirements on certain "public works" or "maintenance" projects. It is the duty of CONTRACTOR to post a copy of applicable prevailing wages at the job site. Prevailing wage information may be obtained at www.dir.ca.Rov. 5- DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 EXHIBIT "B" SCOPE OF SERVICES 4835-2267-0361v1 LAC\04706083 -1- DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 CITY OF GILROY SCOPE OF WORK July 18, 2019 LSCE has reviewed and understands the project as outlined in the City's RFP. The Scope of Work identified in the tasks below addresses all the core objectives described in RFP. Claricationsand additions to the Scope of Work have been made below per the Citls request after City review of LSCE's original proposal All revisions are show in italicized textfor reference. Task 1 - Project Coordination, Meetings, and Administration Task 1.1- Kickoff and Information Request LSCE's work on the project will begin with a kickoff meeting with City staff and key LSCE team members to discuss the various aspects of the project. Items such as contact information, chain of command, the City's project expectations, respective roles and responsibilities, schedule, design preferences and parameters, and site constraints shall be discussed at the kick-off meeting. Following the meeting, LSCE will provide the City with a list of requested information. Task 1.2 - Project Coordination, Meetings, and Administration Key LSCE team members will attend regular design meetings with the City to discuss various aspects of the project. For each meeting, LSCE will prepare and distribute meeting agendas, minutes, and action item summaries. LSCE will also provide frequent updates via email or telephone throughout the project as needed. This task also provides for project management and administrative activities such as: (a) Contractual Arrangements, (b) Ongoing Examination Regarding Adherence to The Scope, Budget, and Schedule, (c) Coordination of Staff Resources (d) Internal Review of Work Products, (e) Management of Subcontractors, (f) Billing Review, and (g) Scoping and Budgeting. Task 2 - Property Acquisition and Permitting Assistance Task 2.1- Property Acquisition LSCE will communicate and work with the property owner to acquire the property with the assistance of a licensed commercial land appraiser. This task includes the effort required to negotiate with the property owner regarding the value and dimensions of the new property site for the new proposed pump station, conducting of an independent appraisal of valuation of the approximately 14,450 sq. foot split lot area boundary line locations provided by City) within the existing 53,925 sq. foot lot, provide right of way acquisition for the new proposed site, and prepare a legal plat and description of the new parcel. LSCE assumes the services of an attorney for litigation or legal support is not required for the transfer of ownership of the property. Task 2.2 — Permitting Assistance Through our work on numerous projects in the past, LSCE has developed a good working relationship with the State Water Resources Control Board — Division of Drinking Water (SWRCB-DDW) and other regional permitting and regulatory entities in the area and can assist in expediting all necessary applications and supporting permit documents in a cost-efficient manner. LSCE envisions the following permitting activities will need to be undertaken to complete the project. SWRCB-SWRCB-DDW Siting Concurrence: LSCE believes that early communications with SWRCB- SWRCB-DDW is essential to address any concerns that the agency may have regarding well siting and design before preparation of project plans and specifications. After approval of the well design by the City, LSCE will prepare an initial SWRCB-DDW submittal document requesting siting and design concurrence for the new well based on compliance with SWRCB-DDW and Department of Water DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 Resources (DWR) regulations. The initial submittal will include a monitoring well profile, monitoring well water quality summary, preliminary well design, site layout, location may, map indicating location and distances of sanitary features from the proposed well location, delineation of wellhead control zone, and the preliminary Drinking Water Source Assessment Protection (DWSAP) Report. SWRCB-DDW Water Supply Amendment: LSCE will interact with the SWRCB-DDW and the City for completion of a draft and final water supply permit. LSCE has completed numerous water supply permits and fully understands the SWRCB-DDW process and required submittals. A draft water supply amendment will be submitted to the SWRCB-DDW following construction of the production well. The draft water supply amendment package typically includes submittal of the well datasheet, well driller's logs, well completion report, well test data, DWSAP report, and Title 22 water quality results. Following final completion and acceptance of the project, LSCE will assist the City with preparation of the final SWRCB-DDW amended water supply permit which includes all documents from the draft watersupply amendment submittal and preparation of the permit application, As -Built drawings, well pump specifications, bacteriological test results and a facility operations plan. The SWRCB- DDW no longer charges a fee for filing of the watersupply amendment package. CEQA: LSCE envisions the project may meet the requirements for a California Environmental Quality Act CEQA) categorical exemption, however, LSCE is prepared to develop an Initial Study/Mitigated Negative Declaration (IS/MND) with a "Notice of Completion". Mitigation measures will be incorporated into the project to reduce potential environmental impacts. A draft Mitigation, Monitoring, and Reporting Plan MMRP) will be prepared to ensure that each mitigation measure adopted as a condition of project approval, will be implemented. LSCE anticipates significant archeological or biological impediments are not present on or near the project site and therefore the Initial Study will only include a cursory review of the site biological resources and cultural resources and not require a full reporting and assessment effort. Other Permitting Activities: LSCE will contact applicable agencies as needed to establish permitting requirements and prepare all permit documentation required by the Santa Clara Valley Habitat Agency SCVHA), Santa Clara Valley Water District (SCVWD), South County Regional Wastewater Authority (SCRWA), Bay Area Quality Management District (BAQMD), and Regional Water Quality Control Board (RWQCB). LSCE assumes the general contractors assigned to construct the well and well pump station will pay all specific permitting fees required City of Gilroy, County of Santa Clara, SCVWD, SCR WA, and R WQCB. LSCE assumes the City will pay the permit fees for the BAQMD (estimated to be no more than $1,000). Task 3 — Site Specific Investigation Task 3.11nitial Site Assessment Well Siting Review: LSCE will complete a thorough onsite inspection/assessment of the site. Specifically, LSCE will evaluate the well site related to siting and constructability of the new well and with regards to SWRCB-DDW setback distances from sanitary features and control zone requirements. Specificitems to be assessed will include: Site Size Site Access Minimum setback distances from sanitaryfeatures per DDW regulations Land Use —Site and Vicinity Seasonal Ground Conditions Location Relative to Distribution System Location Relative to Utilities Equipment Layout Water Supplyfor Drilling Fluids Disposal Cuttings Storage and Disposal DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 Neighbors Need forSound Attenuation Safety/Security Hydrogeologic Review: The goal of the hydrogeologic review is to determine probable yield, water quality, the anticipated well depth, screen intervals, static and pumping water levels, specific capacity, and water level impacts to nearby wells due to pumping of the new well. LSCE will collect, review, and utilize available data and information to refine our conceptual hydrogeologic model of the Gilroy area to preliminarily characterize site specific conditions (well depth, water quality, yield) at the well site. LSCE will utilize the following sources of data and information to refine our understanding of the project area: Well Construction Details, Water Quality, Water Levels, and Well Performance of City Wells and other wells in the Vicinity of the Project Area State of California Water Well Drillers Completion Reports Santa Clara Valley Water District (SCVWD) Reports Prepared for the City by Others Hydrogeologic Reports Prepared by California Department of Water Resources (DWR), United States Geological Survey (USGS), California Department of Oil and Gas, and Others California State Water Resources Control Board, Division of Drinking Water (DDW) Previous Work Completed by LSCE Local Drilling and Pump Contractors Evaluation of Potential Impacts to Groundwater Quality: LSCE will investigate possible sources of groundwater contamination in the vicinity of the project site. LSCE will evaluate available information on possible sources of contamination and use this information and other references to address source water protection as required by the DWSAP program. LSCE will prepare a preliminary DWSAP document for the well site. LSCE will review information from the following sources: Santa Clara County Environmental Health Department Geo Tracker California Department of Toxic Substance Control (DTSC) Environmental Data Resources, Inc. (EDR) Sanborn Maps Task 3.2 Test Hole and Monitoring Well Task 3.2 will include test hole drilling and monitoring well installation. A test hole will be drilled to collect lithologic samples for analysis, and to conduct down hole geophysical surveys that will be used to design the new production well. The preliminary test hole depth will be based on the information developed as part of Task 3.1. LSCE will provide subcontracted test hole drilling services from a licensed drilling contractor and will oversee the work to ensure that it is performed in accordance with our stringent specifications and high expectations. LSCE will require that the drilling contractor contains all fluids and cuttings generated by drilling operations and properly dispose of those materials at an appropriate facility. LSCE will provide documentation and sampling services during the drilling process including a drilling log, geological samples at a minimum of 10foot intervals, geophysical (electric) logs, and sieve (grain size) analysis. If the nature, depth, and thickness of aquifer materials from the test hole are favorable, LSCE will recommend converting the test hole to a multiple -completion monitoring well. A typical monitoring well may include up to three, 2-inch diameter polyvinyl chloride (PVC) piezometers, completed in different zones. The screen section(s) of each piezometer will be isolated from one another using intermediate bentonite seals allowing for discrete water level measurements and water quality sampling. LSCE will oversee the construction and development of the monitoring wells. After development of the monitoring wells, LSCE will mobilize a sampling rig and collect water samples from each piezometer and submit to a state certified laboratory for Title 22 Drinking Water analysis. and other constituents of DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 concern in the area. Task 3.3 Well Design Recommendation Report LSCE will prepare and deliver to the City an Investigation Summary and Preliminary Well Designs report that will summarize the findings of the site assessment and site characterization work performed as part of Tasks 3.1. The report will include: A summary of all field activities associated with test hole drilling, monitoring well construction and development, and water quality testing A lithologic log based upon interpretation of collected lithologic samples and geophysical logs Geophysical logs Grain size distribution charts of selected formation samples Monitoring well as -built diagram Daily inspection sheets A summary of water quality results and analytical reports Copies of all project permits Copy of Well Completion Report LSCE will prepare preliminary production well designs based on data gathered during test hole and monitoring well evaluation and our experience in the area. The principal design elements to achieve a hydraulically efficient and sand - free well include: Borehole and casing depths and diameters Casing material type(s) Screen placements Screen type and material Accessory pipe depth, material, and diameter Casing and screen wall thickness Gravel pack gradation Screenslotsize Seal depths The report will include a drafted preliminary well design profile and conceptual site layout. The design elements of the well design and yield estimation will be discussed in the report. An engineer's estimate for the construction and testing of the well will be included in the report. LSCE will meet with the City to discuss the results and findings of the test hole/monitoring well investigation and new well design recommendations. LSCE will incorporate the City's design comments into the final well design. Task 3.4 Siting Concurrence After approval of the well design by the City, LSCE will prepare an initial SWRCB-DDW submittal document requesting siting and design concurrence for the new well based on compliance with SWRCB- DDW and DWR regulations. The initial submittal will include a preliminary well design, site layout, location may, map indicating location and distances of sanitary features from the proposed well location, delineation of wellhead control zone, and the preliminary DWSAP Report. LSCE will prepare DDW submittals for the preliminary and final amended water supply permit under Task 5. The preliminary water supply permit includes well design information, site plan, preliminary DWSAP, and CEQ4 documentation. The Final water supply permit submittal will include updates to the information from the preliminary submittal in addition to the Operations Plan, well and chlorination data sheets, an engineering report, and final As - Built diagrams. Task 4 - Production Well Design and Construction DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 Task 4.1— Production Well Construction Specifications LSCE will prepare specifications that will include detailed construction requirements that must be followed by the well drilling contractor during every phase of the project, including the minimum acceptable methods for drilling fluid control, well development and testing, and performance standards. Other site -specific items will include requirements for containment and disposal of drill cuttings and handling of discharge water during development and test pumping in accordance with applicable local, state and federal regulations. Task 4.1 also includes interaction with regulatory agencies such as DDW, the City of Gilroy, County of Santa Clara, Santa Clara County Department of Environmental Health, and the SCVIND related to permitting for drilling, construction, and testing of the new well. Permits and plans that are typically required for a well installation project include drilling, discharge, water supply, encroachment permits, storm water pollution and prevention plan (SWPPP), and traffic control plans. LSCE will prepare a complete set of specifications (Special Provisions and Technical Specifications), drawings in AutoCAD V10, and a bid sheet suitable for the solicitation of competitive bids. LSCE will provide a draft copy of the specifications and plans to the City for review. Upon acceptance by the City, LSCE will provide the City with the final specifications for incorporation with the City's front-end contract documents and forms for solicitation of bids. LSCE assumes that the City will contract directly with the selected contractor for the construction and testing of the wells. Task 4.2 — Production Well Construction Bidding Assistance LSCE will provide the City with a list of at least three qualified drilling contractors to solicit bids from for the well installation project. LSCE will conduct a mandatory pre -bid conference for prospective contractors with the City and LSCE project managers present. LSCE will prepare any required written clarifications and/or addendums to clarifythe scope for bidding purposes. LSCE will review and tabulate all formal bids to ensure responsiveness with the contract requirements. A thorough background check on qualifications and references will be conducted on the lowest responsible bidder and the findings of thatreview will be discussed with the City. LSCE will prepare a formal summary of the bid review and a recommendation for award to the lowest responsible bidder. Task 4.3 — Well Construction and Testing Oversight Services As part of our inspection and oversight duties, LSCE will verify that all aspects of the project are carried out as set forth in the project specifications and according to accepted well drilling practices. LSCE will notify the contractor regarding lack of compliance with the project specifications or accepted water well drilling practices and, as the City's agent, will identify corrective measures to be implemented. LSCE will immediately stop work on the project if there are any safety, property damage, or permit violation concerns. LSCE will document all aspects of the project, including inspection items, calculations, and communications with the contractor and other involved parties. LSCE will provide frequent updates to the City via email, phone, and in person, if requested in addition to regular weekly updates. Pre -construction Conference: LSCE will conduct a preconstruction meeting to address any final logistical questions and confirm the Contractors understanding of the project requirements before operations begin. Well Location Verification: LSCE will verify the location of the planned well before drilling commences. Mobilization/Site Preparation Inspection: LSCE will ensure that the contractor is set up per specifications and has all the required equipment/materials onsite before drilling operations begin. Conductor Casing: LSCE will witness conductor/surface casing installation and grouting operations Borehole Construction: LSCE will monitor drilling operations and drilling fluid control to insure minimal DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 formation damage. Materials Inspection: LSCE will inspect and verify that all materials are as specified and in good condition. Casing Installation: LSCE will witness borehole conditioning and casing assembly installation. Gravel and Annular Seal Placement: LSCE will inspect gravel and seal(s) installation and estimate final quantities to be installed. Well Development and Discharge Monitoring: LSCE will witness initial well development techniques with the drilling rig, final development of the well by pumping, and compliance with all discharge requirements. Well Testing: LSCE will witness acceptance tests for minimum sand production and maximum well efficiency, monitor well pump tests, and evaluate well performance in order to develop pump design criteria. Video Inspection, Plumbness and Alignment Testing, Well Disinfection: LSCE will witness video, plumbness and alignment testing, and final well disinfection. Cleanup: LSCE will verify contractor's compliance with site cleanup and well security requirements. Payment and Acceptance: LSCE will review all invoices for accuracy and make recommendations for payment and for final acceptance. Well Construction Summary Report: LSCE will prepare two bound copies of a Well Construction and Testing Summary Report. Task 5- Pump Station Design and Construction Task 5.1— Preliminary Pump Station Design Activities LSCE will meet with and conduct a site visit with City personnel to discuss the overall pump station project design requirements, construction concepts, and site constraints at both pump station sites. The primary goal of the site visit is to discuss design elements needed to serve the new facilities including, new water supply connections, storm drain pump -to -waste (overboard) operations, building sewer, electrical service, radio communications, access controls, etc. Task 5.2 — Obtain Survey Basemap and Geotechnical Investigation Completion of a topographic survey basemap in ACAD format will be needed for the project site. The basemap will be used for preliminary layout of the pump station that in turn will be used for preparing the final bidding plans. LSCE will also solicit the services of a geotechnical sub consultant to perform geotechnical exploration and preparation of a geotechnical engineering report required to develop the project design drawings/specifications. Task 5.3 —Pump Station Design and Construction Specifications This task covers the scope of work required to prepare the engineering plans and technical specifications for the project, consisting of a well pump and motor, motor control center, discharge piping, chemical treatment systems, standby diesel generator, instrumentation, electrical control panels, SCADA communication, CMU block building to house the above ground components onsite and other required site improvements. The design will also address all other site modifications and improvements including grading, drainage, paving, fencing, painting, etc. The design will be completed at 30%, 65% and 100% stages and an Engineer's Estimate of project construction costs will be prepared with each design phase. DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 After review of each design phase by the City, LSCE will prepare the complete set of plans and specifications for the subsequent design stage, incorporating any comments received from the City in the previous design review. Task 5.4 — Pump Station Bidding Assistance LSCE will provide a list of a minimum of five (5) general and specialty contractors who may be interested in bidding on this project, for the City's review and approval. LSCE assumes the City will prepare and distribute advertisements for bids in newspaper, Builders Exchanges, and other media. LSCE will assist the City with preparing any required written clarifications and/or addendums to clarify the scope for bidding purposes. Task 5.5 — Pump Station Construction and Commissioning LSCE's approach to providing construction support services involves a close relationship with construction timing, schedule, progress and administrative processes so as to not delay progress. LSCE will act on behalf of the City and work in close coordination with the City's assigned project manager. LSCE assumes the scope of construction period services include the following: Pre -Construction Meeting: LSCE will hold a pre -construction conference to discuss the baseline schedule and the procedure for construction progress, RFls, status of submittals, and any miscellaneous items throughout construction. A formal agenda and meeting minutes documenting the status of the construction meetings will be prepared. Construction Staking: LSCE will coordinate with the surveyorto provide the Contractorwith an initial set of construction staking for the well and pump station site, including building corners for both sites. LSCE assumes no more than 2 site visits are required by the surveyor for construction staking. Submittal Review: LSCE will complete the review and transmittal of technical submittals provided by the general contractor. A submittal spreadsheet log will be maintained for use in tracking and documenting submittal review.' SGE ^ e than 49 a-brxiVcJ.o rgi11 Reed +^ he Fed approved Requests for Information: During the construction period, the general contractor will ask questions on details of the contract, substitutions, and alternative approaches that are best answered by the designer. LSCE will review questions and provide written clarifications. SCE uccurNoc na-merc than 15 Change Order Assistance: LSCE will assist in the preparation of any necessary field instructions and change orders. Anticipated assignments may include: preparing requests to the general contractor for proposals for extra or changed work; review of contractor requests for change order to determine if work proposed is considered extra work; opinion of probable construction cost; and, review and negotiation of cost estimates. L-Sr-ii -Re mara "n 5 change erdeF-q V.411 .,o,,,1 W be On - site Inspections: LSCE will provide scheduled on -site milestone inspections including special inspections for electrical, structural and mechanical components. LSCE will prepare an inspection report for each site -visit indicating the date and times, people on -site, material delivered, work completed, and corrections noted. LSCE assumes the following milestone inspections will be required which include: Civil/ Mechanical Engineer Support (6 site visits) Furnish an engineer for field observation of station layout/grading; pedestal construction and well pump installation; station piping/valving installations; transducer installation; utility service lines/ conduits and ventilation system construction; chemical feed equipment installations; and other site improvements. Structural En,pineer Support (4 site visits) Furnish an engineer for field observation of construction of pump station building components DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 including the rebar for the concrete slab, CAPIU wall, and roof trusses for the pump station building. Geotechnical Engineerinq Services (6 site visits) The work will include observation of major excavations, grading, and fill areas to confirm that material encountered is consistent with assumptions developed during the design. Observe and advise field staff on unusual, questionable, or unanticipated soil conditions. Perform compaction testing of earthwork for pad/footing subgrade and utility trench backfill operations, and concrete breaktesting. Electrical Enqineerinq Support (4 site visits) Inspection of conduit routing, equipment anchorage, control and distribution panel configuration and electrical switchgear will be performed. Also included in this task will be to inspect the electrical for "green tagging" for power company electrical service connection. Startup/Commissioning (4 site visits): LSCE will oversee and be responsible for the approval of the contractor's startup and commissioning activities for a fully functioning and operable facility, including all equipment acceptance testing, communications and programming, and close-out permitting requirements. This process will involve coordinating the general contractor, sub -contractors, systems integrator, equipment manufacturers, City staff and regulatory agencies. A preliminary site inspection will be conducted during startup/testing & commissioning of the pump station, in which LSCE will prepare list of incomplete construction items (punch list) for the general contractor to complete prior to final acceptance of the project by the City. Hydraulic performance acceptance testing will also be conducted to ensure the completed down hole pump assemblies at both sites operate as warranted by the equipment manufacturer and to ensure the pump station is operating at the flow rates, pressures and efficiencies for which the entire facility was designed. As -Built Drawings. At the end of the construction phase of the project, LSCE will modify the project drawings into a set of project Record Drawings based on field changes and red line markups from the general contractor and LSCE construction managementstaff. Record Drawings and Operation & Maintenance manuals will be provided to the City after they have been reviewed and approved by LSCE and the City. Digital copies of the record drawings and technical specifications will be provided for City records. DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 EXHIBIT "C" MILESTONE SCHEDULE 4835-2267-0361 v1 LAC104706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 EXHIBITC- MILESTONE SCHEDULE City Dl Gilroy McCarthy Well Project re 1-112/2019) 10 ITmkN..e iDuratipn Nun !Finish 15119 1)/19 18/19 19/19 130/19111/19112/1911/20 12/2013/20 14/2015/20 16/2017/20 18120 19/20 110/20111/20112/2011/21 12/2113/21 14/2115/21 16/2117/21 Pro, —Due 1100 PM1 Iday fin/19 6/7/19 6/7" 3 SeleNon of Cpnsulnnt ltlay ]/3/. ]/3/19 7/3 P • r :idli J6.i: ild:a51 5 Netice tp Pmceed !day ]0/1/19 SO/1/19 10/1 6 Prplect gkknlf Meeting Ltlay 10/B/]9 10/8/19 10/8 g CEOA Investlptlpn CwM 10/9/te 11/5/19 9 Eletltlnl5ervice 80Pgaatlpn ewkt I/e/eo 3/3/2o I 10 Prep,,D.ft Wate ppty—RDocuments 3wks 1/21/. 2/18/2e I will lI Complete Final Water Supply Permit 3wks 7/5/21 7/23121 13 Sile Rssessmenl iw4s 10/9/19 10/22/19 l4 Pmperty Rc9uit— 4wks 10/9/19 St/5/l9 l5 Nytlrogedpgiclnvettlgatlon — I1/6/19 12/31/19 lfi GepRNninl MvesOgatlpn 4wks 1t/fi/l9 12/3/19 17 5unW, — 11/6/19 12/3/19 I 10 r Well Design Recommendation Report w 1/1/20 1/20/20 I 21 UN Review d Design Recommendation&Meeting w 1/29/20 2/Ie/20 2w s 3/19/20 3/3/20 eld Pedatl gentling with {itl Award) 3wks 3/4/20 3/24/20 i5 UN Review, CpnVavorinsunnce,-d, rnn[ntt 3 moos 3/25/20 6/I6/20 I 26 N-e to Proceed 1 tlay 6117/20 6/1]/m I 6/1T 2B well CpnsWalpn 0.._--•Er13/l0 all/Ll r' i..ui° •' 21.4g uJij" I GL1L'L Prepantlon p130%Oesiga sPea.451va and Cea FstimaR s5n3n We/19 t17M 1 32 UryRevlew of 30%0esign &Meelin{ 3wks 1/0/20 1/20/20 33 Prepantlpn pl65%Design, 5pedfintlons, and Cast Fstlmate 4wks 1/29/W 2/15/20 34 GWRevlewof65%0esi8n&MeeVn{ 3wks 2/26/20 3/17/20 35 Prep—d-pf100 —191, Speciilnlions•and Cost EAimate Iwks 3112120 3/31/20 36 UryRevlew o11009F Design&Meetlng 3wks 8/13/20 9/2/20 37 PrepanUan o101d Set 0esign. Spev6nllons, and Con Enimale 2wks 9/3. 9/16/20 muzus Pedod (ending with BM 4wardl w4s3mons 9/17/M 10/14/20 I Cary peview, [entrattorimunnce, bends• —1— 10/15/20 t/6/M i 41 Iilc t. PI—d 1day 1/7/21 1/7/21 0 a: 4 Gndine; Formwork and Compaction fiwks 1/8/21 2/18/21 4 Sub{-d..er, Smrm, Sewer• and Flec 1Work ewks 118121 314/21 I 46 Fpunda0 —Slab fiwks 3/5/11 4/15/21 47 MU Bulltling 2— 4/16/21 4/29/21 40 ci- Palnlin&and Sile lmpnvemenV 6— 4/30/21 6/10/21 I 49 Pu,'.. .- 2— 4130/21 5/13/21 I 50 M[C Ins1311a1ion 6wks 4130/21 eit=t I 12 1.a p, CommVVodn&and Pu.6iai 3wM 6/11/21 110, I 53 final Pralect Meeting/ loner of 8cceptana 1day 7/2/21 7/2/21 I luhrlprn 6 sSu[ ontni l e/21 1 1 I I DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 EXHIBIT "D" PAYMENT SCHEDULE 4835-2267-0361v1 LACk04706083 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 EXHIBIT D- PAYMENT SCHEDULE AND HOURLY RATES LSCE's estimated cost to complete the scope of work outlined in our proposal was based on our understanding of the project and what would be typically expected to complete the tasks described based on our prior experience. The cost estimate assumed the following: The City will provide daily inspection services during construction of the well pump station and LSCE will provide milestone inspections as identified in the workplan. Prevailing wage rates for applicable work for LSCE personnel and subcontractors SWPPP is not required as the planned project will disturb less than 1 acre. LSCE will retain the test hole driller and pay for monitoring well Title 22 water quality analysis. General Conditions, Supplemental General Conditions, and other "front end" specifications will be prepared by City staff. Design documents will conform to the City's standards. The City will pay all permitting fees. Exhibit D includes detailed estimated project costs that includes hours per LSCE work tasks and subtasks, billing rate by employee classification, estimated subcontracted costs, and miscellaneous expenses. LSCE will invoice monthly on a time and materials basis as incurred for labor, materials, and subcontracted services in accordance with our 2019 Schedule of Fees for Engineering and Field Services. LSCE's 2019 Labor Fees shall remain in effect forthe full contract period (project completion). DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 EXHIBIT D - PAYMENT SCHEDULE AND HOURLY RATES Client Project CIty of oy McCarthyarthyWell Pump StaBanProject Estimated Costs for Design and Construction of Luhdorff LSCE No. Est. By 19. 5-060 JC, SL City of Gilroy - McCarthy Well Pump Station Scalmanini Date 6172019 Consulting Engineers Principal Supervising Project Stan William Merkel Staff Professional Elecnlcal Power NorthSl., Hanna Brunetti AutoCAO Clerical Associates ENOEO Valbrldge Roadrunner Drilling CLS (Water Test Hole l Direct Expenses Professional Professional Professional Professional (Prevailing Systems (Electrical) Consulting (CEQAI (Surveying) Geotaehnieal) (Appraiser) Quality) Task I Oescrlotion Task 1 -Project Coordination, Meetings, and Administrati Tnk Howa Task 1.1 - Kickoff and Took Cod Information Request ob. d Espa.an Sub Con.ulbni eubToh Task 1.2-Project Teak Hours Tsakcosl Coordination, Meetings, olnol&son... and Administration sub c.nmibnl BubTobfTask 2 -Property Acqulsltlon and Permlding Assistance Wage) ( Structural) Monitoring Well, 200 $ 170 $140 $167 $130 S75 Incurred' Incurred' Incurred' incurred* Incurred' IncurredIncurred' Incurred' Incurred Summary 2, 400 ...,, .,._ Z' _.. 2. 522.. 0 50.,._.. 336 50, R 15E1 - I 8.430 160 $160 I I SO U M. ..$ 22401.. o ..... s0 4l 0 B,SB 56 S1. 680-... 55.600 30.. I 9, 820 486 $4B0 SO 10, 300 Total Task Cost Estimate $18,890 T.ak Houn 0 8) 0 0 0 y, Taek 2. 1-Pro party T..k cost 0 1.60G 0 SO SO SO 0 Acqulsltlon Espcored. n. mn Sub Comulbnl 9ubTabl a Took Hours 8 1' 40 78 0 0 0 Task 2. 2- Per mitting Task con 1.680 3.2001 6.800 510:920 s0 01 s0 Assistance ou.' tE.uns.. flub Dons. banl I Su . lal Task 3 - Site Specific Investigation Took Hourg 10 0 12 16 0 9 Task 3. 1-Initial Site I Task Cml 2.100 0 2.040 2.240 0 Sri 1d Assessment I 1 Sub ... ul I Sub C.mbnl 1 SubTaal Took Hour. 17 0 8 19 120^ Q Taek 3. 2-Test Hole and I Took Cost 2.520 0 1.360 2.240 20.040 C SO Monitoring Well I Olr. d a.pem.s Sub Con. ulbnl SubT.bf 1 I Tad it.un -- 9 0 12 1d 0 Task 3. 7-Weil Design 1 To. co.l 1.680 Sd 2'040 1,400 s0 Recommendation Report I oir.d Exp.rrsag oualde Servlc. I, I 6ubTobf 1 Took Hour 11 0 s 8 0 pg d Task 3. 4-S[tin g 1 Task co.f 2.520 s0 680 1, 120 0 f(1 R300 --- Concurrence 1 I DOW Eapan. us Cubid. S. ... 1 6. bT.bl I r Task 4- Production Well Design and Construction I T.. N Hour. Task 4. 1- Production Wall l Taak Cosi $1. Construction Dbad Espana, Specifications sub C.-Its. l SubTobl Took Hourg Task 4. 2-Production Well Ta.k cool $2. Construction Bidding Ur."Espana., Assistance sub Can.ue.nl eubTolal Took H.- Task 4. 3 -Well Tmkcul $5. Construction and Testing oboct Won... Oversight Services sub Conoulbnl Sul,Tobl Task 5- Pump Station Design and Construction To.), Hour Task 5. 1-Preliminary Took co' Pump Station Design Dire., Exp.ns.' Activities Sub C.neulbnl 6ubTobl Taak How. Task 5. 2-Obtain Survey Tusk cod BasemaIS and Dhm Esp.n.es Geotechnlcal Investigation sub Coneulbnl SubT.b1 Took Hour. Task 5. 3-Pump Station Tusk coal Design and Construction I oir.ot Esp.ns.. Specifications I Sub C.-Itonl I 6ubTobl Task Hour, Task 6. 4-Pump Station C.l Bidding Assistance obulEok I Sub Cansulbn SubT.bl T.4 Hour' Task 5. 5-Pump Station I Tu.k C.el Construction and I Dbect al)-n... Commissioning I sub C.n..lbrd I SubTehl 3„450 $ 4.800 8.050 9,65014222. 600 250 250 37.927 37.927 560,777 Total Task Cost Estimate 570,427 38 6, 380 160 150 0 6, 540k15626. 1Go 2,400 2.400 1100001 $4. 000 114,000 142.5603055. 120 0 S01 28 4, 620 r - a B 0 680 $0 12 0 520 $d 12 2 040 10 51. 700 8 51. 120 0 SO 01 0 OI SO I o n 0 $0 0 S0 0 24 0 040 $0 32 5. 440 40 5, 600 200 33. 400 0 Sn s0 4. 620TotalTask Cost Estimate $16.260 4.840 0 1SOs4,84020s16d 4, 220 160 0 4, 380 I 296 49.480 1 2, 40d I 52,400 4,000 4,000 5518:1 Total Task Cost Estimate 1.5.100 o 90 14,070 100 so s1a, nD I 12 1,840 0 515. 52 24.725 I 28,565 372 55, 580 450 47. 600 103,630 701 10. 490 160 so 10, 650 352 55, 920 300 37. 653 93.873 Total 'ask Cost Estimate 248.886 1750 281. 170 2713955 7. 020 4 24 0 I 48 08404, 80d 0 6.720 s0 R1..iAl1 415f1 jII d 0 I - 0 0 0 8 o Boo so so so 1,040 so i9200 Bit B7 0 125 0 19,(7 1 1,680 17, 300 SO 517,500 s0 si If 6 S90 836 100 S11 FOfI 0 20 0 32 0 1 0 54.000 SO 4A80 s0 R1.Sf 4h'R 8 1,580 92 48 0 1F 8 0 S4 $18. 400 $8.160 $22 400 fi8n _ Sfinn 10398 Tobl LSCE Hours 134 291 178 T.al LSCE Cost 28.14 58, 100 530.260 $81. SUMMARY I Tobl subcouuMam Coel I DI-t E.p.nu. Tobl Reprotludlon Cos Sub -Consultant and Service Provider fees Include LSCE's 15 h markup. 415.1Bn $37 aT s19 32,200 45o 160 4, 600 $ 110, 000 $8,000 7.020 Total Cost Estimate $ 562,145 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 Luhdorff & Scalmanini Consulting Engineers 500 FIRST STREET WOODLAND, CALIFORNIA 95695 SCHED ULE OF FEES - ENGINEERING AND FIELD SERVICES 2019 Professional: Senior Principal Principal Professional Su ervising Professional Senior Professional Project Professional Project Professional —Prevailing Wage Staff Professional Staff professional —Prevailing Wage Technical: Engineering Inspector ACAD Drafting/GIS Engineering Assistant Scientist Technician Clerical Support: Word Processing, Clerical Digital Communications Specialist Project Admin/Accounting Assistant Vehicle Use Subsistence Groundwater Sampling Equipment Includes Operator) Copies Professional or Technical Testimony Technical Overtime (if required) Outside Services/Rentals Services by Associate Firms Engineer, Geologist, Hydrogeologist, and Hydrologist 215/hr. 210/hr. 200/hr. 187/hr. 145 to 170/hr. 177hr. 130 to 140/hr. 165 hr. 130/hr. 130/hr. 100 to 120/hr. 100 to 120/hr. 100 to 120/hr. 75/hr. 90/hr. 90/hr. 0.58/mi. Cost Plus 15% 170.00/hr. 20 ea. 200% of Regular Rates 150% of Regular Rates Cost Plats 15% Cost Plats 15% DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 E LBCvw1 CALL. P01WEIR SYSTEMS INC. PwcwfWwm1cbnam1 anni# =o nnsulting 01n=tr1c;a1 !_ng1rr4mr1ng PROFESSIONAL RATE SCHEDULE Expert Research Testimony and Depositions ------------------------------------------------------------------------------- $325.00 per hour Principal Electrical Engineer -------------------------------------------------------------------------------------------------------- $235.00 per hour Professional Engineer ----------------------------------------------------------------------------------------------------------------- $200.00 per hour E.I.T------------------------------------------------------------------------------------------------------------------------------------------- $180.00 per hour Field Tech./Designer/IT Programmer --------------------------------------------------------------------------------------------- $160.00 per hour Cad/Drafting Technician -------------------------------------------------------------------------------------------------------------- $122.00 per hour Clerical--------------------------------------------------------------------------------------------------------------------------------------- $ 85.00 per hour 1.0) RATES ARE FIXED AND VALID THROUGH JUNE 2022. THANK YOU AND IF YOU HAVE ANY QUESTIONS, PLEASE CALL. ELECTRICAL POWER SYSTEMS, INC. JOSEPH P. PREVENDAR. P.E.. PRESIDENT GARY R. OLSEN. P.E.. VP OF POWER/GENERATION DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 Jt WILLIAM MERKEL ASSOCIATES STRUCTURAL ENGINEERING 2804 FULTON AVE. - SACRAMENTO, CA 95821 - (916) 461-1962 • FAx (916) 481-016f • WMASEOPACBELL.NET THE CURRENT BILLING RATES FOR ENGINEERING SERVICES FOR WILLIAM MERKEL ASSOCIATES ARE AS FOLLOWS: Principle Time 290.00 Structural Engineering 260.00 Civil Engineering 1 190.00 Civil Engineering 11 160.00 Drafting 1 130.00 Drafting 2 100.00 Clerical Time 65.00 All rates shall be locked in through June 2022. Printing, copies, travel, and any submittal fees are billed at 15% over cost in addition to the base rates for engineering services rendered. Job billings will be billed once a month with a total breakdown of fees/hours included. Payment is due in full for each invoice upon receipt. 1 1 /2 % per month interest will be charged on all overdue accounts. DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 HANNA-BRUNETTI EST. 1910 CIVIL ENGINEERS • LAND SURVEYORS CONSTRUCTION MANAGERS CITY OF GILROY — MCCARTHY WELL PROJECT PROFESSIONAL SERVICES HOURLY FEE SCHEDULE OFFICE AND PROFESSIONAL Principal Engineer Associate Enoineer/Project Manager Proiect Engineer S u rvevor Design Engineer Assistant Survevor Junior Civil Engineer Technician Inspector Draftsperson Clerical Witness — Per Deposition Appearance Witness — Per Court Appearance FIELD One -Person Survev Crew Two -Person Survev Crew Three -Person Survev Crew 190.00 170.00 155.00 165.00 135.00 130.00 115.00 115.00 127.00 110.00 74.00 Minimum 4-hour increments Minimum 4-hour increments Rates are locked in and valid through the estimated project completion date of June 2022 200.00 235.00 280.00 7651 Eigleberry Street 408-842-2173 Gilroy, CA 95020-5122 Fax 842-3662 Email:engineering@hannabrunetti.com DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 GEOTECHNICAL ENG::O ENVIRONMENTAL WATE-R RESOURCES CONSTRUCTION SERVICES Expect Excellence — -- — - - ----- ----- PREFERRED CLIENT FEE SCHEDULE PROFESSIONAL SERVICES President........................................................................................................................................ $380.00 per hour Principal Engineer/Geologist/Seismologist................................................................................... $290.00 per hour Associate Engineer/Geologist/Seismologist................................................................................. $245.00 per hour Senior Engineer/Geologist/Seismologist...................................................................................... $215.00 per hour Project Engineer/Geologist/Seismologist..................................................................................... $195.00 per hour Environmental Scientist................................................................................................................. $180.00 per hour Staff Engineer/Geologist/Seismologist......................................................................................... $174.00 per hour AssistantEngineer......................................................................................................................... $140.00 per hour Construction Services Manager.................................................................................................... $170.00 per hour* Senior Field Representative II....................................................................................................... $150.00 per hour*/'E* Senior Field Representative I........................................................................................................ $135.00 per hour*/** Field Representative...................................................................................................................... $125.00 per hour*/** Environmental Technician............................................................................................................. $130.00 per hour*/** Senior Laboratory Technician....................................................................................................... $155.00 per hour Laboratory Technician................................................................................................................... $140.00 per hour SeniorCAD Specialist................................................................................................................... $145.00 per hour CADSpecialist............................................................................................................................... $135.00 per hour GISAnalyst.................................................................................................................................... $150.00 per hour NetworkAdministrator................................................................................................................... $195.00 per hour ProjectAssistant............................................................................................................................ $118.00 per hour Two-hour minimum portal to portal. OVERTIME RATES: Rates increased by factor of 1.5 for all hours worked in excess of eight (8) Monday through Friday, and the first eight (8) hours worked on Saturday. Rates increased by factor of 2.0 for all hours worked in excess of twelve (12) Monday through Friday, all hours worked in excess of eight (8) on Saturday and all hours worked on Sunday and holidays. For Prevailing Wage projects, increase the hourly rate by $15. Rates increased by factor of 1.25 for night shift hours (hours commencing after 4:00 p.m. or before 4:00 a.m.); rates increased by factor of 1.875 (an additional factor of 1.5) for all night shift hours in excess of eight (8). wmv.engeo.com DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 EQUIPMENT AND MATERIALS CHARGES Air Content Meter 7.00 hour Bailers (Disposable) 8.00 each Concrete Crack Monitor 20.00 each Coring Machine 25.00 hour Double -Ring Infiltrometer 40.00 hour Electronic Water Level Indicator 5.00 hour Engineering Analysis Software 28.00 hour Equipment Transport(er) 100.00 hour Exploration Equipment (Percussion Penetrometer) 50.00 hour Floor Flatness/Floor Level Equipment 20.00 hour Generator 15.00 hour GIS Website Portal Maintenance 100.00 month GPR/GPS Handheld Device 10.00 hour GPR/GPS/Drone Survey Grade Equipment 175.00 hour Hand Auger and Soil Sampler 15.00 hour Hydraulic Pull -Test Equipment 25.00 hour Interface Probe 2.00 hour Magnetic Particle Test Equipment 25.00 hour Moisture Content Test Equipment 6.00 hour Multi -Parameter Water Meter 15.00 hour pH Meter/Turbidity Meter 10.00 hour Photo Ionization Detector 15.00 hour Pachometer 100.00 hour Sampling Tubes 10.00 each Sand Cone Equipment and Material 5.00 hour Schmidt Hammer 20.00 hour Seisometer 50.00 hour Skidmore Wilhelm Bolt Tension Calib. 40.00 hour Slope Inclinometer/Settlement Indicator/VW Readout 50.00 hour Torque Wrench 15.00 hour Transfer Pump 3.00 hour Ultrasonic Equipment 50.00 hour Vapor Emission Test Kit 40.00 kit Vector Conversion 60.00 conversion Vehicle, mileage, nuclear gauge, misc. equipment, wireless communication 27.00 hour Vehicle, mileage, misc. equipment, wireless communication 18.00 hour Vibration Monitor 1800.00 month Water Sampling Pumps 20.00 hour Bridge Toll actual actual Mileage 78 mile Parking actual actual AutoCAD, Civil 3D, GIS, Drone Data Processing 25.00 hour Photocopies Black & White 0.25 each Photocopies Color 11 x 17 1.50 each Photocopies Color 8'/z x 11 1.00 each Plot - Black & White 3.00 square foot Plot - Color 4.00 square foot Postage actual actual Scan - Black & White 1.50 each Scan - Color 3.75 each Telephone 0.50 minute www.engeo.com DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 NORTHSTAR, l ... Designing Solutions STANDARD HOURLY RATES Environmental/Planning/GIS Principal Planner Senior Biologist/Environmental Scientist/Planner/GIS Analyst Associate Biologist/Environmental Scientist/Planner/GIS Technician Assistant Biologist/Environmental Scientist/Planner Hourly Rates for the City of Gilroy Potable Water Well Project are in effect for the duration of the project through 2022. Hourlv Rate* 160.00 135.00 115.00 95.00 DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73 Jason Coleman July 12, 2019 Page 2 of 7 We will provide you with an electronic file (PDF) of the appraisal report. Upon request, we will furnish you with two bound copies. Our fee for this appraisal will be $4,000. The amount of $2,000 is due in advance, as a deposit. Our fee includes two hours of phone calls for Q&A related to the appraisal. Any additional work will be billed based on our hourly rates at $260 for Laura Hulberg, $360 for myself, Josh Fronen and $155 for analysts. You may send the deposit by check or, if preferred, wired to the following account. Please be sure the payment includes a reference to the address of the property to be appraised. If by Check: Valbridge Property Advisors 55 South Market Street, Suite 1210 San Jose, CA 95113-1207 Attn: Claudia Romero If by Wire: Bank of Marin 180 Grand Avenue, Suite 1545 Oakland, CA 94612 Routing Number: 121141877 Account Number: 21797874 The estimated completion date of the appraisal is August 9, 2019. This date assumes that we will receive written authorization to proceed by July 11, (please return this letter by email) the deposit by July 15, and that the relevant information needed for the appraisal will be received from our client on a timely basis. In order to appraise this property, please provide the information listed on page 4, as applicable. Valbridge Property Advisors I Northern California DocuSign Envelope ID: 0B96DFA2-441F-4E37-9CD9-559EB5DBAB73