HomeMy WebLinkAboutDewberry Architects - One Stop Shop Design, 19-RFP-PW-429AGREEMENT FOR SERVICES
(For design professional contracts over $5,000)
This AGREEMENT made this 161day of September, 2019 between:
CITY: City of Gilroy, having a principal place of business at
7351 Rosanna Street, Gilroy, California
and CONSULTANT: Dewberry Architects Inc., having a principal place of business at 300
North Lake Avenue, 12th Floor, Pasadena, CA 91101.
ARTICLE 1. TERM OF AGREEMENT
This Agreement will become effective on September 25, 2019 and will continue in effect through
September 25, 2022 unless terminated in accordance with the provisions of Article 7 of this
Agreement.
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 and 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.
4845-6718-3385v1 -1-
LAC104706083
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". In no event however shall the total
compensation paid to CONSULTANT exceed $215,423.
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 M
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
responsible for any expenses incurred by CONSULTANT in performing services for CITY, except
for those expenses constituting "direct expenses" referenced on Exhibit "A."
4845-6718-3385v1 -2-
LAC104706083
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 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 min inum 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, 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
4845-6718-3385v1 -3-
LAC\04706083
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.
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.
4845-6718-3385v1 -4-
LAC104706083
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.I., 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:
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 satisfactorily completed 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 fully, 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 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
4845-6718-3385v1 -5-
LAC104706083
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 8. 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 use due professional care to
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 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.
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 party 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.
4845-6718-3385v1 -6-
LAC104706083
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.
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.
4845-6718-3385v1 -7-
LAC104706083
Mailed notices shall be addressed to the parties at the addresses appearing in Exhibit "A", Section
V.I. 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:
Dewberry Architects. Inc
Bv: _ D /l v
Name: Al Kort
Title: Principal
Social Security or Taxpayer
Identification Number 37-1004942
Approved as to Form
City Atton
CITY:
CITY OF GILROY
Bv:
Name: Gabriel A. Gonzalez
Title: Citv Administrator
A
C
4845-6718-3385v1 -8-
LAC104706083
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 James Aguilar, 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 fin-nish all technical
and professional services including labor, material, equipment, transportation, supervision and
expertise to perform all operations necessary and required to satisfactorily complete the Services
required herein.
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, Julie Oates 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.I.
("Notices") of this Exhibit "A".
B. COMPLETION OF SERVICES
When CITY determines that CONSULTANT has satisfactorily completed all of the Services, 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 satisfactorily completed all of the Services and, if so requested, CITY shall
make this determination within two (2) weeks of such request, or if CITY determines that
CONSULTANT has not satisfactorily completed all of such Services, 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. 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.
4845-6718-3385v1 -1-
LAC104706083
Copies of pertinent financial records, including invoices, will be included with the submission of
billing(s) for all direct expenses.
V. OTHER PROVISIONS
A. CONSULTANT'S SERVICES TO BE APPROVED BY A REGISTERED
PROFESSIONAL ENGINEER
All civil (including structural and geotechnical) engineering plans, calculations, specifications and
reports shall be prepared by, or under the responsible charge of, a licensed civil engineer and shall
include his or her name and license number. Interim documents shall include a notation as to the
intended purpose of the document, such as "preliminary" or "for review only." All civil engineering
plans and specifications that are permitted or that are to be released for construction shall bear the
signature and seal of the licensee and the date of signing and sealing or stamping. All final civil
engineering calculations and reports shall bear the signature and seal or stamp of the licensee, and
the date of signing and sealing or stamping.
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.
C. 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. 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.
D. 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,
4845-6718-3385v1 -2-
LAC104706083
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.
E. 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.
F. 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.
G. 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.E 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.
H. 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.
4845-6718-3385vl -3-
LAC104706083
NOTICES.
Notices are to be sent as follows:
CITY: Julie Oates
Citv of Gilrov
7351 Rosanna Street
Gilrov, CA 95020
CONSULTANT: James Aguilar
Dewberry Architects Inc.
1760 Creekside Oaks Drive, Suite 280
Sacramento, CA 95833
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.J. apply.
❑X 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.J. do not apply.
1. 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.
3. 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.
4845-6718-3385v1 -4-
LAC104706083
K. 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.aov.
4845-6718-3385v1 -5-
LAC104706083
EXHIBIT "B"
SCOPE OF SERVICES
1. TASK 1: 30% Conceptual Plans:
Based on approval of Dewberry's proposal and upon written receipt of the City's written Notice-to-Procced
DAI team shall provide the following design services:
a. Prepare programming questionnaires and equipment template for City to complete prior to
programming meetings.
b. Visit project site with City Representatives to view and verify existing building conditions and building
system. (Trip #1 Attendees: Architect, Structural Engineer, Mechanical Engineer & Electrical
Engineer)
c. Programming meeting with City Staff to discuss space needs for the new Development Review
Services Center One -Stop -Shop. (Concurrent with Trip #1 Attendees: Architect, Structural Engineer,
Mechanical Engineers & Electrical Engineer)
d. Review As -Built drawings provided by City.
e. Set-up REVIT backgrounds of building based upon As -Built drawings provided by the City.
f. Prepare flow diagrams and initial space schematics based upon City responses to programming
questionnaires and data gathered during programming meetings.
g. Prepare conceptual floor plan based upon information gathered during programming meetings.
h. Prepare Facility Assessment / Basis of Design Report which will include narratives for:
i. Initial MEP -FA -FP Building System report. Report to included analysis of existing electrical
power, lighting, mechanical, fire alarm, fire sprinkler, plumbing and telecommunication
systems. Building system report to note initial recommendation for improvements/upgrades
needed to support the new Development Review Services Center.
ii. Tier 1 Seismic Report. Investigation existing building structural system. Determine if existing
building meets current 2016 California Building Code seismic requirements. Report to note
potential corrective measures required.
iii. Analysis of existing building accessibility and code compliance issues impacting new scope
of work. Code compliance will be based upon current 2016 California Building Codes.
iv. Analysis of new building security system to accommodate new Development Review
Services Center.
Prepare conceptual cost estimate based upon approved conceptual plan layout.
j. Meeting with City Representatives to review Conceptual Design Documents. (Trip #2 Attendees:
Architect)
k. Deliverables: Provide electronic PDF copy of our deliverables for City review. Drawings shall be in
22" x 34" format. DAI to submit electronically to the City:
i. Conceptual Interior Floor Plan.
ii. Flow Diagrams
iii. Tier 1 Seismic Report.
iv. Facility Assessment / Basis of Design Report
V. Conceptual Construction Cost Estimate.
4845-6718-3385v1 -1-
LAC104706083
2. TASK 2: 95% Contract Document:
Based on upon receipt of the City's written Notice -to -Proceed, DAI team shall provide the following for the
City's review and approval:
a. Preparation of contract documents (drawings and specifications).
b. Prepare materials and color scheme narrative report.
c. Drawings shall be prepared in REVIT. Plan backgrounds will be prepared in REVIT from PDF plans
provided by the City.
d. Update Facility Assessment / Basis of Design report narratives.
e. Prepare probable construction cost estimate, based upon scope of work identified in the contract
documents.
f. Meeting with City Representatives to review Contract Documents. (Trip #3 Attendees:Architect &
Engineers)
g. Review packages (drawings & specification) will be submitted at 50% & 95%.
h. Deliverables: Contract Document drawings. Provide electronic PDF copy of our deliverables for City
review. Drawings shall be in 22" x 34" format. Document Submittal to include:
i. Drawings.
ii. Specifications.
iii. Materials and Color Scheme Narrative Report.
iv. Structural Calculations.
V. Facility Assessment / Basis of Design Report.
vi. Probable Construction Cost Estimate.
3. TASK 3: 100 % Final CD & Permit
Based on upon receipt of the City's written Notice -to -Proceed, DAI team shall provide the following design
services:
a. Modified Contract Document based upon Owner review comments to 95% contract documents.
b. 95% Contract Documents will be submitted to City Building Department for permit review.
c. City of Gilroy Representatives to coordinate with and submit documents to City Building Department
for permit approval.
d. Meet with City Building Department representatives to review Permit submittal. (Trip #4 Attendees:
Architect.)
e. Modify final Contract Documents per City Building Department's plan review comments.
f. Permit submittal documents shall be stamped and signed by Architect and Engineer of Record.
g. Submit final 100% Contract Document for City Building Department permit approval.
4845-6718-3385v1 -2-
LAC104706083
4. TASK 4: Bidding:
Based on upon receipt of the City's written Notice -to -Proceed, DAI team shall provide the following
support services:
a. During bidding phase Dewberry's design team to participate in pre -bid meeting and site walk (Trip #5
Attendees: Architect).
b. Respond to bidder RFI's.
c. Provide design issue clarifications.
d. Assist in preparation of addenda (if required).
e. Assist in evaluating bids.
5. TASK 5: Construction Support:
Based on upon receipt of the City's written Notice -to -Proceed, DAI team shall provide the following
support services:
a. Attend and participate in pre -construction meeting. (Trip#6 Attendees: Architect.)
b. During construction phase Dewberry's design team to respond to RFI's, prepare clarification
drawings, review submittals and review contractor change orders.
c. Review equipment seismic anchorage & restraint system submittal documents prepared by
contractor.
d. Attend construction meetings via WebEx conference call.
e. Conduct punch walk of completed construction. (Trip #7 Attendees: Architect & Civil Engineer).
f. Prepare "Record Drawings" at construction completion based upon contractor provided "As- Built"
drawings.
SITE VISITS:
The following site visits are included:
a. Trip #1 — TASK 1 Programming Meeting & Facility Assessment.
b. Trip #2 — TASK 1 Presentation of Concept Plan
c. Trip #3 — TASK 2 Review of Contract Documents with City.
d. Trip #4 — TASK 3 Meeting with City Building Department
e. Trip #5 — TASK 4 Pre -bid meeting
f. Trip #6 — TASK 5 Pre -construction meeting
g. Trip #7 — TASK 6 Punch List Walk.
ASSUMPTIONS:
1. Design contract documents will be provided to City at 30%, 95% and Final (permit) phases
2. Dewberry to prepare Revit model based upon City provided as -built PDF drawings of existing
building.
3. Scope of work is limited to west side of existing building.
4. Existing building support systems (HVAC, Plumbing, and Electrical & Telecommunication) will need
to be replaced and/or upgraded to serve renovation area.
5. There may be minor modifications to building roof system to accommodate new rooftop HVAC
equipment.
6. Design criteria information will be provided for new fire sprinkler protection system within project
area. Fire sprinkler system will be noted as "Deferred Approval". Contractor will submit design -build
fire sprinkler protection system for permit approval.
7. There is no site work involved in renovation project.
4845-6718-3385v1 -3-
LAC104706083
8. There are no anticipated modifications to the building exterior walls.
9. Design Team cost estimates are to be provided during design phase. No Design Team cost
estimates to be provided during bidding and construction phases.
10. Scope of work will be documented in no more than (1) construction package.
11. Drawings will be produced in Revit for architectural and 2D AutoCAD for sub -consultants. However,
we assume that no BIM (3D) coordination meetings will be required.
12. Specifications shall be in CSI format.
13. Three colored 3D interior presentation renderings will be provided during conceptual design phases.
14. Dewberry to present design to City Council members and City staff.
EXTRA SERVICES: The following services are not included in this proposal, but are available as extra
services upon client's request.
1. Multiple construction bid packages.
2. Employment of specialty sub -consultants, other than those listed in Dewberry's proposal.
3. Life cycle cost analyses, owning or operating cost studies and energy effectiveness studies.
4. Mechanical design services related to landscape architectural fountains, water features or water
displays.
5. Design services related to landscape sprinklers, site drainage, site utilities, or special piping systems.
6. Plumbing work outside the line five feet from the building.
7. California Energy Code analysis or compliance documentation of architectural lighting systems.
8. Partnering sessions, value engineering sessions or review of Contractor or Construction Manager
proposed cost cutting recommendations.
9. Work involved in securing utility company rebates.
10. Additional time over and above the normal and customary to clarify, negotiate, or otherwise respond
to unreasonable or inaccurate interpretations of the code by the code officials including
circumstances where we become "caught in the middle" between code interpretations of office
reviewers and field reviewers.
11. Commissioning of building systems, services related to the development of commissioning plans and
services related to support third party commissioning of the building.
12. Design services related to LEED certification of building, studies necessary to determine feasibility of
LEED certification and the preparation or coordination of the documentation necessary for LEED
certification.
13. Owner requested changes after agency plan review and approvals.
14. Additional project meetings not included in the basic services noted in proposal.
15. Out-of-town travel beyond City of Gilroy limits.
4845-6718-3385v1 -4-
LAC104706083
a
4
a
a-
3�
c
S
�
_3
C
3 f C
� _ r
n
0
8 G7- s 3
��a�s�a���u���Eaas�ea�a�c�s�Sm�Sry�Ss�L;a��oo�a
''- 3 4.4 ,.
a"am"s9"s�"��D"ss;9�ae 9� DO99 4 �a�v >aaa a9
°Rmrv000���..<,m�o�'oNo<o
t _
Ir la.
yg Eocgms"rtuaEe aEag scs e8€$F<",=og a'e G
° t E L 3 k� 'G o u E E v 3 s C€ L '°` g s ': •• E
E_ 8< LL p s 3. s A5 a s u° 8 9 ., o. o°
, _
A m m � in _S � ��
1- I I
EXHIBIT "D"
PAYMENT SCHEDULE
Fee Summary
FEES
The proposed fees for Professional Design Services:
1. Basic Design Services:
A. TASK 1: 30% Conceptual Phase: ..........................
$34,818
B. TASK 2: 95% Contract Documents ........................$44,960
C. TASK 3: 100% Final CD & Permitting ... ...... ... ...
..... $39,575
D. TASK 3: Bidding.. -- -- . - ..... .... ........................
$6,008
E. TASK 4: Construction Support, . ....... ... ... .........
33 133
Basic Design Services Fee: $158,494 (Not -To -Exceed)
2 Tier 1 Seismic Survey ... ......... ...... _...$40,000
3. Fire Alarm Design ... ... ... ... ... ....... ........ $8,000
4. Security Electronics... ... ... ... ... ...... ... ... $6,764
5. Dewberry Expenses: $2,165 (to be billed as required)
Please refer to attached fee summary for a breakdown of fees per discipline per phase.
Professional Design Services fee schedule shall remain in effect for the full contract period
The payment schedule includes detailed estimated project costs that include hours per work task and
subtasks, billing rate by employee classification, estimated subcontracted costs, and miscellaneous
expenses. Dewberry will invoice monthly as incurred for labor, materials, and subcontracted services in
accordance with the attached fee schedule, not to exceed $215,423. Consultant will not be entitled to
compensation for any extra work unless the City authorizes, in writing, the performance of such extra
work prior to the performance of the work.
4845-6718-3385v1 -1-
LAM04706083
City of Gilroy Renovation
Old Police Building Renovation FEE BREAKDOWN
Gilroy, CA
Date: 9110/2019-Revised
(Task i-30%Conmatual Plans
(Task 2-95%Contract Documents
(Task 3-100%(Final & Permit)
(Task 4 - Bid Support Services
ITask 5 -Construction Support Services
I
Task 1 - 30%Conceptual Plans
Task 2 - 95%Contract Documemsl
Task 3-100% (Final & Permit)
Task 4 -Bid Support Services
ITask 5-Constructlon Support Services
I
ITask 1- 3096Conceptual Plans
ITask 2 -95%Contract Documental
ITask 3 -1D0% (Final & Permit)
ITask 4 - Did Support Services
ITask 5 - Construction Support ServIos
I
I
ITask 1 -30% Conceptual Plans
Task 2 -95%Contract Documentsl
Task 3 -100%(Final & Permit)
ITask 4 - Bid Support Services
ITask 5 • Construction Support Services
ITask 1 -30%Conceptual Plans
ITask 2 -95% Contract Documental
[Task 3 -100%{Final & Perrnlo
ITask 4 - Bid Support Services
ITask 5-Construction Support Services
I
I
[Task 1- 30%Conceptual Plans
ITask 2 .95%CorrVacL Documenisl
ITask 3 -100% (Final & Permit)
[Task 4-Bid Support Servlces
ITask 5 • Construction Support Services
lBasic A-E Design Services - Calculated
Basic A-E Design Services - Rounded
Tier 1 Seismic Scope of Work
Fire Alarm
Security Electronics
Dewberry Expenses
Total Fee
ARCHITECTURAL
PIC
SR. PM
SR. Design
Int.
1C CADD IV
Access
Specs
Admin
Korth
Aguilar
Oren
Nelles
Hood TBD
Mayer
TBD
Jackson
Total
Total
$280.00
$200.00
$170.00
$140.00
$125.00 $120.00
$160.00
$135.00
$65.00
Archtectural
Archtectural
Arch Fee
Hours
Fee
2.5
115
12
12
10 63
0
0
2
113
S15,660.00
5 15.660
35
165
19
6
90 6
0
12
3
156
$22,135-00
$ 22,1351
2.5
19.5
8
2
77 10
0
0
2
113
515,995.00
S 15,9951
1
1
0
0
8 0
0
0
0
10
$1,480.011
$ 1,4801
1
13
0
0
80 0
0
0
0
94
S12,880.00
$ 12,9801
105
SS.S
39
20
265 79
0
12
7
489
$69,150.00
$ 68,1501
MECHANICAL J PLUMBING
Jr. Print - M
St. PM - M/P
Sr, Eng
Eng
Sr Desig-M Design
CADD
/dmin
Total
Total
$230.00
$190Aa
S164.00
$149.00
S139.00 $128.D0
St18.00
S54.00
M/P
M/P
MEP
MEP FEE+
Hours
Fir:
Expenses
Expenses
0
18
0
10
0 a
0
0
0
28
$41910.00
5
250
$5,160
0
12
D
44
0 0
0
0
0
56
$8,836.00
5
-
58,836
0
16
0
40
0 0
a
0
0
56
$9,000,00
S
-
$9,000
0
1
a
2
0 0
0
0
0
3
$489.00
$
-
$488 I
0
11
D
31
0 0
0
0
0
42
S6,709.00
S
Soo
S7.209 1
0
58
0
127
0 D
0
0
0
185
$29,943.00
$
750
$ 30,6931
ELECTRICAL
Print Elec
Sr. PM Elm
PM Elm
Engineer
Sr. Des Elm Sr. CARD
Pro] AssisL
CM
Admin
1
Total
Total
$225.00
$218A0
$185.00
$Sfi5.00
$165.00 S325.00
$105.00
$100110
S85.00
Electrical
Electrical
Elec
[LEC FEE+
Hours
Fee
Expenses
Expenses
0
18
B
6
0 0
0
0
0
24
$4,914+00
$
250
S5,164 I
a
20
0
8
0 0
0
0
0
28
$5,680,01)
$
250
$5,930 I
2
18
0
16
0 0
0
0
0
36
$7,014.00
$
200
S7,214 1
0
6
0
6
0 0
0
a
0
12
S2,298A0
5
-
S2,298 I
0
24
0
10
0 0
0
0
0
34
$6.882.00
5
200
$7,1182 I
2
e6
0
46
0 0
0
a
I 0
134
526,788.111t
$
900
$ 27,689.001
STRUCTURAL
Princ-Strut
PM -Strut
Sr SE
SE
Sr. PE PC
Strut Des
BIM
Admin
Total
Total
530a.00
$204.00
$192.00
$18D.00
$176-00 $170-00
$159.00
$150.00
$77.00
structural
Structural
Struc
Strut FEE
Hours
Fee
Expenses
0
2
0
45
0 0
0
a
D
6.5
S1,218.00
S
-
SL218 I
n
0
0
5
0 5
0
8
0
18
$2,950.00
S
-
$2,950 I
0
0
0
4
0 3
0
8
0
15
52,430.D0
$
-
S2,430 I
0
0
0
3
0 0
0
0
0
3
$540.00
$
-
$540 I
0
0
n
4
a 4
3
4
0
15
$2,474.00
$
S2,474 I
0
2
0
20.S
0 12
3
20
0
57S
$9,61L00
5
-
$ 9,61L00I
COST ESTIMATOR
Prin PM
st.Cosl
Cost Est
Mmh
Civil
Admin
Total
Total
5150.00
$125.00
$110.00
$110.00
$110.00
$78.00
cost Est
Cost Est
Cost
Cost FEE
Hours
Fee
Expenses
0
40
0
0
0 0
a
❑
0
40
55,0DOM
$
-
$5.000 I
0
19
0
0
0 0
0
0
0
19
52,375.00
S
-
S2,375 I
n
8
0
0
D 0
n
D
0
8
$1,000.00
5
S1,000
0
a
0
0
0 ❑
0
0
❑
a
$0.00
5
$0 I
n
a
0
❑
0 n
a
a
a
0
$0.00
s
SD I
D
67
0
0
0 0
0
0
D
67
$8,37540
5
$ 8,375-DD I
TECHNOLOGY
�+
Pdric elec
Sr- PM Elm
PM Elm
Engineer
Sr. Des Dec Sr. CADD
Proj Assist
CN1
Admin
Total
Total
5225.00
$218.00
S185 00
5165.00
$165.00 $125.00
5105.00
$100.00
$65.00
Tech
Tech
Cost
Cost FEE
Hours
Fee
Expenses
0
12
0
0
0 0
0
a
0
12
52.616.00
S
-
SZ616
❑
a
0
6
0 0
0
0
0
14
$2,734.00
$
$2,734
0
12
0
8
a 0
0
0
0
20
53.936.00
$
-
S3,936
0
4
0
2
0 0
0
0
0
6
SL202a0
5
-
SL202
0
16
0
0
0 0
a
0
0
16
$3,488.00
$
-
$3.488
D
52
0
16
0 0
0
a
0
68
$13,976.00
$ 13,276.00
I
I I
I I I
I
I 1
I
$156,844.00
I
I $138,494,00 I
$158,494.00
$40,0D0.D0
$8,000.00
$6,764,Do
$2,165.D0
$225,423.00
4845-6718-3385v1
LAC104706083
_2_
City of Gilroy Renovation
Old Police Building Renovation
Gilroy, CA
Date: 91=019
11 k 1. 30% Cancealual Plans
Task
2 - 95%Contract eocumenis
ITask 3. 100%IFnal& Parmhl
ITask 4 Did 5..a. sa"kes
ITask 5 -Construction Sund.. Services
ITask 1- 30%Conceptual Plam
ITask 2 - 95%Contract Documents
ITask 3 - l00%tFinal & >crmit)
ITask 4 - Bltl Support Sarvte"
ITask 5-Construction Support Services
ITier 1 Seismic Smpe of work
City of Gilroy Renovation
Old Police Building Renovation
Gilroy, CA
Date: 9/1M019
FEE BREAKDOWN - TIER 1 SEISMIC INVESTIGATION
ARCHITECTURAL
Tnrat
Total
3280.00
5200.W
S170M
S140.00
$125.W S320.00 $16100 5135.00
S65.00
Architectural
Nehitectural
Nrh Fee
Moon
Fee
0
3
a
0
a 0 D 0
2.5
55
576250
S 7631
0
3
0
0
a a D 0
2
5730.0a
$ 13'
0
2
0
0
0 a a 0
a
2
5400A0
5 400I
0
1
0
0
0 a 0 0
a
1
52W.00
5 2001
0
fi
0
0
0 a 0 0
a
6
$1,20D.00
5 1.2001
a
SS
D
a
0 0 tl 0
45
19.5
53292.50
S 3,293
STRUCTURAL
Total
Total
SM&DO
$20a,DD
5192A0
$180.00
$176.00 517D.00 5158.00 $150.00
S77.00
Struelural
Strectural
Strut
Strut FEE
I
flours
Fee
Eapen g
0
2
0
37
0 30 0 24
0
93
S15,768.00
$
515,768 I
0
0
0
9
0 9 0 16
0
34
55,550.00
$ -
S5,550 1
0
0
0
10
0 10 0 14
0
34
S5,60000
$
55,6m 1
0
0
0
4
a 0 0 0
a
4
$720.00
5
5120 I
0
0
0
72
D 23 a 6
a
53
59AM-00
$ -
S9,070 I
0
2
0
82
D 72 D m
0
219
$36,709.00
5 -
S 36,7091
I
I
I
1
I I I I I
I
1 540,000.S0
I
) MAMBO I
Tier l Seismic.
Submitted rec:
540,000
FEE BREAKDOWN - SECURITY ELECTRONIC
TECHNOLOGY - SECURITY ELECTRONICS
Total
$225.00
$2181M
SI85A0
SI65A0
S165,01) S12540
S105.00
$300.00
S65.00
Twit
Hours
ITxskt-30%ConcePlualplan,
D
0
0
0
0 0
0
0
0
0
Task 2- 1511, Contract ❑a-1,
0
16
0
0
4 0
D
0
0
20
Task 3- 100E'. (Final &Perna)
a
4
0
0
0 0
0
0
o
4
Tasks- Bid Support Services
a
1
D
0
0 0
0
0
0
1
Task 5- Construction Support Services
0
7
D
0
0 0
0
0
0
7
I
0
28
0
0
4 0
0
D
0
32
ISEC ELEC. Dad.. Services- Calculated
I
I I
I
I I I
I I
I
City of Gilroy Renovation
Old Police Building Renovation
Gilroy, CA
Dale: 9/1612019
FEE BREAKDOWN - FIRE ALARM
Total
Tech
Cmt
Coat FEE
Fee
E4Pen9af
$0100
5 -
SO
54,148.00
$ -
$4,348 I
5872.00
5 -
S872 I
521B.00
$ -
$218 I
51526.00
S -
51,526 1
56,764D❑
5
6,76&00
I S6,764.00
I I
S6,7m.00
SecudLy
Electronics:
$6,764,00
ELH7RICAL - FIRE ALARM
Talal
T-1
5225.00
S218.00
S185.00
S165M
5165.00
S12540
SID5.D0 S1a0W
$85-00
Eladdcal
ileeldcal
Eke
ELEC FEE+
flours
Fee
Ebpenses
Exparoas
Task i-30% Cnnceate., Plans
0
a
0
D
D
D
o
a
D
a
SO,Do
$ -
$❑ I
k 2-95%Contrdtl Danonenls
❑
16
0
❑
15
D
0
❑
❑
31
".963.OB
5 -
$5,953 I
sk2l Ica%irinal&Pe,.m
a
1
a
0
5
D
❑
0
a
6
51.❑GA❑0sk
4-Bid Sv an Services
r
0
1
D
0
5
0
0
0
0
6
$1,C ioo
5
51.043sk
5 -Can ructlnn Support Servces
o
0
0
❑
D
0
0
0
a
0
sam
5
SO
I
a
18
D
D
25
D
0
0
0
43
$B4Oa9A0
$
5 9,D49..
16alic A-E ..in. 5nrvices-Calculated
I
I I
1
I I
I I
I
I
I
SBA49A0
I (
$8,049.00 1
I
fire Air -Fee
Submitted:
Moo0A0 I
4845-6718-3385v1
LAC104706083
-3-
City of Gilroy Renovation
Building Renovation
Gilroy, CA
REIMBURSA9L-
EXPENSES
Task I
TIIII
T-13
30% CD
96% CD
FmItPsrmit
Unit Price
No,
Cost
No.
Cost
No.
Cost
Flights
S SfYJ.D0
0
$0
0
50
Rental Car
$60
2
$120
2
$120
2
$240
Gas
$60
2
$120
2
$120
2
$240
Mileage
$054
0
$0
0
$0
D
SD
Per Dlem
S35
0
$0
0
SO
0
SD
Hotel
$250
2
$500
0
So
0
$o
Printing
"
0
$0
0
SO
0
SO
Delivery
S3D
0
$0
0
SQ
0
So
TordCost
t740
$246
$490
Cost +15%
$651
I
$276
$624
Task 4
TsskS
Bid
CA
No.
Cost
No.
Cost
0
$0
0
$0
1
560
2
5120
t
$60
2
$120
0
$0
0
SD
0
$0
0
50
0
50
0
SO
0
$0
0
$0
0
50
0
$0 TOTAL REIk18
512o
W6
$136
$276
s2.165
4845-6718-3385v1 -4-
LAC104706083
CITY OF GILROY - OLD POLICE DEPARTMENT BUILDING (ANNEX) RENOVATION
HOURLY RATE SCHEDULES
STANDARD HOURLY RATES BY CLASSIFICATION
ECOM Engineering, Inc.
Dewberry Architects Inc.
Principal
$225.00
Project Principal
$280.00
Sr. Project Manager
$218.00
Senior Project Manager
$200.00
Project Manager
$185.00
Project Manager
$165.00
Engineer
$165.00
Senior Project Architect
$160.00
Sr. Designer
$165.00
Project Architect
$145.00
Sr. CADD Operator
$125.00
Senior Architect
$160.00
Project Assistant
$105.00
Accessibility CASp Coordinator
$160.00
Contract Manager
$100.00
Senior Designer
$170.00
Administration
$85.00
Designer
$140.00
Job Captain
$125.00
The Crosby Group
Cadd Technician IV
$120.00
Principal -in -Charge
$302.00
Cadd Technician III
$95.00
Project Manager
$204.00
Cadd Technician II
$85.00
Senior Structural Engineer
$192.00
Senior Interior Designer
$140.00
Structural Engineer
$180.00
Interior Designer
$110.00
Senior Project Engineer
$176.00
Jr. Interior Designer
$85.00
Project Engineer
$170.00
Security Electronics
$150.00
Structural Designer
$158.00
Specification Writer
$135.00
BIM Manager
$174.00
Administration
$65.00
BIM Designer
$150.00
Clerical
$77.00
Capital Engineering
Sr. Principal
$230.00
Ifland Engineers
Principal
$210.00
Principal Engineer
$230.00
Director
$200.00
Senior Engineer
$205.00
Sr. Project Manager
$190.00
Project Engineer
$165.00
Project Manager
$182.00
Staff Engineer
$145.00
Field Services
$180.00
QSP/QSD Services
$145.00
Senior Engineer
$164.00
Project Manager
$140.00
Engineer
$149.00
Assistant Engineer
$130.00
Senior Designer
$139.00
Senior CADD Technician
$115.00
Designer
$128.00
Junior Engineer / CADD
Technician / CADD
$118.00
Technician II
$100.00
Intern
$113.00
CADD Technician 1
$85.00
Project Administrator
$98.00
Clerical Assistant
$65.00
Sr. Admin.
$67.00
Clerical / Admin.
$54.00
Sierra West Group
Principal Program Manager/
Investigator
$150.00
Principal / Sr. Cost Manager
$125.00
Cost Manager / Quantity Surveyor
$110
Mechanical / Electrical Estimator
$110
Civil Engineer / Estimator
$110
Administrative
$78
4845-6718-3385v1 -5-
LAC104706083