Loading...
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