Loading...
HomeMy WebLinkAboutAgreement - RRM Design Group - 2nd Amendment to Interim Fire Station Building Design, Civil, and Electrical Engineering Services - Signed 2023-04-27City of Gilroy Agreement/Contract Tracking Today’s Date: April 20, 2023 Your Name: Jennifer Fortino Contract Type: Services over $5k - Contractor - ENG OR DESIGN Phone Number: 408-846-0371 Contract Effective Date: (Date contract goes into effect) 2/8/2022 Contract Expiration Date: 12/31/2023 Contractor / Consultant Name: (if an individual’s name, format as last name, first name) RRM Design Group Contract Subject: (no more than 100 characters) Interim fire station building design, civil, and electrical engineering services. Contract Amount: (Total Amount of contract. If no amount, leave blank) 62,150 By submitting this form, I confirm this information is complete: Date of Contract Contractor/Consultant name and complete address Terms of the agreement (start date, completion date or “until project completion”, cap of compensation to be paid) Scope of Services, Terms of Payment, Milestone Schedule and exhibit(s) attached Taxpayer ID or Social Security # and Contractors License # if applicable Contractor/Consultant signer’s name and title City Administrator or Department Head Name, City Clerk (Attest), City Attorney (Approved as to Form) Routing Steps for Electronic Signature Risk Manager City Attorney Approval As to Form City Administrator or Department Head City Clerk Attestation DocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 10396553.1 1 SECOND AMENDMENT TO AGREEMENT BETWEEN THE CITY OF GILROY AND RRM DESIGN GROUP FOR PROFESSIONAL SERVICES This Second Amendment to Professional Services Agreement (the “Second Amendment”) is effective as of April 20, 2023, (“Second Amendment Effective Date”) by and between RRM Design Group (“CONTRACTOR”), an architectural design firm, and the City of Gilroy (“CITY”) with respect to the following: RECITALS A. CONTRACTOR and CITY have entered into that certain Agreement for Professional Services dated February 8, 2022 (the “Agreement”) pursuant to which CONTRACTOR provides interim fire station building drawings and electrical engineering services. B. CONTRACTOR and CITY desire to extend the term of the Agreement and amend the Agreement as set forth herein. AGREEMENT IN CONSIDERATION of the foregoing recitals and the mutual promises and covenants contained herein, CONTRACTOR and CITY agree as follows: 1. Defined Terms. Capitalized terms not otherwise defined herein shall have the meaning ascribed to them in the Agreement. 2. Consideration. Article 4.A. to the Agreement is hereby deleted and replaced in its entirety with the following: “4.A. In consideration for the services to be performed by CONTRACTOR, CITY agrees to pay CONTRACTOR the amounts set forth in Exhibit “D” (“Payment Schedule”). In no event however shall the total compensation paid to CONTRACTOR exceed $62,150.” 3. Continuation of Agreement. Except as specifically amended by this Second Amendment, the Agreement shall continue in full force and effect, and the parties shall continue to comply with the terms and conditions of the Agreement as existing on the date of this Second Amendment. 4. Conflicts. In the event of any conflict between the terms and provisions of this Second Amendment and the terms and provisions of the Agreement, the terms and provisions of this Second Amendment shall control. 5. Reference. The terms and provisions of this Second Amendment are incorporated by this reference in the Agreement as though fully set forth in the Agreement. After the date of this Second Amendment, any reference to the Agreement shall mean the Agreement as amended by this Second Amendment. 6. Counterparts. This Second Amendment may be executed in one or more counterparts, each of which shall be deemed to be an original, but all of which together shall constitute one and the same instrument. DocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 10396553.1 2 IN WITNESS WHEREOF, CONTRACTOR and CITY have executed this Second Amendment as of the Second Amendment Effective Date. ATTEST: CITY OF GILROY City Clerk City Administrator Thai Pham Jimmy Forbis Print Name Print Name Date: Date: APPROVED AS TO FORM: RRM Design Group City Attorney By: Anna Win Andrew Faber Title: Principal Print Name Date: Date: DocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 10396553.1 3 EXHIBIT “D” PAYMENT SCHEDULE Fixed fee tasks will be billed as the work progresses until the task is completed and the total amount stated in the contract for the task invoiced. Total amount paid not to exceed $62,150. Payment terms are net 30. TASK DESCRIPTION FIXED FEE A.1 Temporary Station Building Department Submittal Drawings and Electrical Engineering 14,000 A.2 Plan Check Response 4,750 O.1 Bidding Support 2,750 O.2 Construction Administration 3,750 Reimbursable Costs 1,500 Fixed Fees Architectural 12,500 Electrical Engineering 3,300 Civil Engineering 15,400 Civil/Survey 4,200 ESTIMATED PROJECT TOTAL: $ 62,150 DocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 3765 S. Higuera St., Ste. 102 • San Luis Obispo, CA 93401 p: (805) 543-1794 • f: (805) 543-4609 www.rrmdesign.com a California corporation  Lenny Grant, Architect C26973  Robert Camacho, PE 76597  Steve Webster, LS 7561  Jeff Ferber, LA 2844 ADD. SERVICE AUTHORIZATION Date: April 7, 2023 Client: City of Gilroy Task ID Number: X.3 & X.4 Project Name: Glen Loma Ranch Temporary Fire Station Project Number: 0311-02-CI21 DESCRIPTION OF WORK TO BE PERFORMED RRM Design Group, a California Corporation (“RRM Design Group”), has entered into an agreement with the City of Gilroy (the “Client”) dated February 8, 2022 (the “Prime Agreement”) for the project: Glen Loma Ranch Temporary Fire Station (the “Project”). Additional Services Authorized by the Client are subject to the Terms and Conditions of the Prime Agreement. Task X.3: Temporary Fire Station – Revised Location The City of Gilroy has identified a new site across the driveway from the Nature and Nurture Center at 7049 Miller Avenue in Gilroy for its temporary fire station. RRM Design Group (RRM) will prepare the architectural site, civil and electrical design drawings to place a modular temporary fire station, temporary apparatus bay, site parking, and site security fencing for this facility. RRM will submit for a permit, assist with bidding, and provide construction support as outlined under the original agreement. Additionally, RRM will provide project management and design coordination to manage the work of our subconsultants below. RRM’s electrical engineer consultant, Thoma Electric, will provide the lighting layout and power layout for the new apparatus bay and connection to the modular temporary fire station. Power will be pulled from the existing electrical switchgear, which serves Christmas Hill Park Ranch fields and parking facilities. An electrical feeder will be run in a trench along the driveway to the site. RRM’s civil engineer consultant, C2G/Civil Engineering Group, will provide hardscape, paving, grading, drainage, and wet utilities design, as well as an erosion control plan. Fixed Fee: • Architectural: $12,500 • Electrical Engineering: $3,300 • Civil Engineering: $15,400 DocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F Glen Loma Ranch Temporary Fire Station Additional Service Authorization April 7, 2023 Page 2 of 2 Task X.4: Topographic Survey RRM will also retain C2G/Civil Engineering Group to engage Alpha Land Surveys to perform a topographic survey of the proposed site for the temporary fire station and include site features such as curbing, building corners, trees, utility structures, and ground shots. Contours will be generated from the surveyed data, and boundary survey is excluded. Fixed Fee: • Civil/Survey: $4,200 Fee Footnote Fixed fee tasks will be billed as the work progresses until the task is completed, and the total amount stated in the contract for the task is invoiced. Estimated RRM Additional Service Fees: $12,500 Estimated Consultant Additional Fees: $22,900 Total Estimated Additional Fees: $35,400 Any work outside the scope of the original agreement between RRM Design Group and the Client, and authorized by the Client, is subject to the Terms and Conditions of the Prime Agreement. AUTHORIZATION TO PROCEED BY CLIENT REPRESENTATIVE: Sign Date Print Name, Title wbcN:\0301\0311-02-CI21-Glen-Loma-Temporary-FS\Project-Management\Contracts\Addendums\Addendum-X.3\ASA-Task-X3-X4-wbc-04-07-23.docx DocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 4835-2267-0361v1 LAC\04706083 -1- AGREEMENT FOR SERVICES (For contracts over $5,000 - CONTRACTOR) This AGREEMENT made this 3rd day of February 2022, between: CITY: City of Gilroy, having a principal place of business at 7351 Rosanna Street, Gilroy, California and CONTRACTOR: RRM Design Group, having a principal place of business at 3765 S. Higuera St., Suite 102, San Luis Obispo, CA 93401. ARTICLE 1. TERM OF AGREEMENT This Agreement will become effective on February 8, 2022 and will continue in effect through December 31, 2022 unless terminated in accordance with the provisions of Article 7 of this Agreement. Any lapse in insurance coverage as required by Article 5, Section D of this Agreement shall terminate this Agreement regardless of any other provision stated herein. Initial ARTICLE 2. INDEPENDENT CONTRACTOR STATUS It is the express intention of the parties that CONTRACTOR 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 CONTRACTOR or any employee or agent of CONTRACTOR. Both parties acknowledge that CONTRACTOR is not an employee for state or federal tax purposes. CONTRACTOR 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. CONTRACTOR shall retain the right to perform services for others during the term of this Agreement. ARTICLE 3. SERVICES TO BE PERFORMED BY CONTRACTOR A. Specific Services CONTRACTOR agrees to: Perform the services as outlined in Exhibit “A” (“Specific Provisions”) and Exhibit “B” (“Scope of Services”), within the time periods described in Exhibit “C” (“Milestone Schedule”). B. Method of Performing Services CONTRACTOR 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 CONTRACTOR’S services. DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 4835-2267-0361v1 LAC\04706083 -2- C. Employment of Assistants CONTRACTOR may, at the CONTRACTOR’S own expense, employ such assistants as CONTRACTOR deems necessary to perform the services required of CONTRACTOR by this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 below. CITY may not control, direct, or supervise CONTRACTOR’S assistants in the performance of those services. CONTRACTOR 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 CONTRACTOR shall perform the services required by this Agreement at any place or location and at such times as CONTRACTOR shall determine is necessary to properly and timely perform CONTRACTOR’S services. ARTICLE 4. COMPENSATION A. Consideration In consideration for the services to be performed by CONTRACTOR, CITY agrees to pay CONTRACTOR the amounts set forth in Exhibit “D” (“Payment Schedule”). In no event however shall the total compensation paid to CONTRACTOR exceed $21,750. B. Invoices CONTRACTOR 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 CONTRACTOR has first provided City with a written receipt of invoice describing the work performed and any approved direct expenses (as provided for in Exhibit “A”, Section IV) incurred during the preceding period. If CITY objects to all or any portion of any invoice, CITY shall notify CONTRACTOR 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 CONTRACTOR 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 CONTRACTOR, all fees, fines, licenses, bonds or taxes required of or imposed against CONTRACTOR and all other of CONTRACTOR’S costs of doing business. CITY shall not be DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 4835-2267-0361v1 LAC\04706083 -3- responsible for any expenses incurred by CONTRACTOR in performing services for CITY, except for those expenses constituting “direct expenses” referenced on Exhibit “A.” ARTICLE 5. OBLIGATIONS OF CONTRACTOR A. Tools and Instrumentalities CONTRACTOR shall supply all tools and instrumentalities required to perform the services under this Agreement at its sole cost and expense. CONTRACTOR is not required to purchase or rent any tools, equipment or services from CITY. B. Workers’ Compensation CONTRACTOR agrees to provide workers’ compensation insurance for CONTRACTOR’S employees and agents and agrees to hold harmless, defend with counsel acceptable to CITY and indemnify CITY, its officers, representatives, agents and employees from and against any and all claims, suits, damages, costs, fees, demands, causes of action, losses, liabilities and expenses, including without limitation reasonable attorneys’ fees, arising out of any injury, disability, or death of any of CONTRACTOR’S employees. C. Indemnification of Liability, Duty to Defend 1. As to professional liability, to the fullest extent permitted by law, CONTRACTOR 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 CONTRACTOR or CONTRACTOR’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, CONTRACTOR 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 CONTRACTOR or CONTRACTOR’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, CONTRACTOR shall, at no cost to CITY, obtain and maintain throughout the term of this Agreement: (a) Commercial Liability Insurance on a per occurrence basis, including coverage for owned and non -owned automobiles, with a minimum combined single limit coverage of $1,000,000 per occurrence for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 4835-2267-0361v1 LAC\04706083 -4- including the loss of use thereof; and (b) Professional Liability Insurance (Errors & Omissions) with a minimum coverage of $1,000,000 per occurrence or claim, and $2,000,000 aggregate; provided however, Professional Liability Insurance written on a claims made basis must comply with the requirements set forth below. Professional Liability Insurance written on a claims made basis (including without limitation the initial policy obtained and all subsequent policies purchased as renewals or replacements) must show the retroactive date, and the retroactive date must be before the earlier of the effective date of the contract or the beginning of the contract work. Claims made Professional Liability Insurance must be maintained, and written evidence of insurance must be provided, for at least five (5) years after the completion of the contract work. If claims made coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the earlier of the effective date of the contract or the beginning of the contract work, CONTRACTOR 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, CONTRACTOR 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 CONTRACTOR under this Agreement may be assigned or subcontracted by CONTRACTOR without the prior written consent of CITY, which CITY may withhold in its sole and absolute discretion. F. State and Federal Taxes As CONTRACTOR is not CITY’S employee, CONTRACTOR shall be responsible for paying all required state and federal taxes. Without limiting the foregoing, CONTRACTOR acknowledges and agrees that:  CITY will not withhold FICA (Social Security) from CONTRACTOR’S payments;  CITY will not make state or federal unemployment insurance contributions on CONTRACTOR’S behalf;  CITY will not withhold state or federal income tax from payment to CONTRACTOR;  CITY will not make disability insurance contributions on behalf of CONTRACTOR;  CITY will not obtain workers’ compensation insurance on behalf of CONTRACTOR. DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 4835-2267-0361v1 LAC\04706083 -5- ARTICLE 6. OBLIGATIONS OF CITY A. Cooperation of City CITY agrees to respond to all reasonable requests of CONTRACTOR and provide access, at reasonable times following receipt by CITY of reasonable notice, to all documents reasonably necessary to the performance of CONTRACTOR’S duties under this Agreement. B. Assignment CITY may assign this Agreement or any duties or obligations thereunder to a successor governmental entity without the consent of CONTRACTOR. Such assignment shall not release CONTRACTOR from any of CONTRACTOR’S duties or obligations under this Agreement. ARTICLE 7. TERMINATION OF AGREEMENT A. Sale of CONTRACTOR’s Business/ Death of CONTRACTOR. CONTRACTOR shall notify CITY of the proposed sale of CONTRACTOR’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 CONTRACTOR set forth in Exhibit A, Subsection V.H., no later than thirty (30) days after CITY’ receipt of such notice of sale. If CONTRACTOR is an individual, this Agreement shall be deemed automatically terminated upon death of CONTRACTOR. B. Termination by City for Default of CONTRACTOR Should CONTRACTOR 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 CONTRACTOR. For the purposes of this section, material breach of this Agreement shall include, but not be limited to the following: 1. CONTRACTOR’S failure to professionally and/or timely perform any of the services contemplated by this Agreement. 2. CONTRACTOR’S breach of any of its representations, warranties or covenants contained in this Agreement. CONTRACTOR shall be entitled to payment only for work completed in accordance with the terms of this Agreement through the date of the termination notice, as reasonably determined by CITY, provided that such payment shall not exceed the amounts set forth in this Agreement for the tasks described on Exhibit C” which have been fully, competently and timely rendered by CONTRACTOR. Notwithstanding the foregoing, if CITY terminates this Agreement due to CONTRACTOR’S default in the performance of this Agreement or material breach by CONTRACTOR of any of its provisions, then in addition to any other rights and remedies CITY DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 4835-2267-0361v1 LAC\04706083 -6- may have, CONTRACTOR 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 CONTRACTOR for the performance of that task pursuant to this Agreement. C. Termination for Failure to Make Agreed-Upon Payments Should CITY fail to pay CONTRACTOR 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, CONTRACTOR, at the CONTRACTOR’S option, may terminate this Agreement if such default is not remedied by CITY within thirty (30) days after demand for such payment is given by CONTRACTOR to CITY. D. Transition after Termination Upon termination, CONTRACTOR shall immediately stop work, unless cessation could potentially cause any damage or harm to person or property, in which case CONTRACTOR shall cease such work as soon as it is safe to do so. CONTRACTOR shall incur no further expenses in connection with this Agreement. CONTRACTOR 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 CONTRACTOR’s duties by any new CONTRACTOR 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 CONTRACTOR shall comply fully with all applicable provisions of the Americans with Disabilities Act of 1990 (“the Act”) in its current form and as it may be amended from time to time. CONTRACTOR 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 CONTRACTOR shall defend with counsel acceptable to CITY, indemnify and hold harmless the CITY OF GILROY, its officers, employees, agents and representatives from and against all suits, claims, demands, damages, costs, causes of action, losses, liabilities, expenses and fees, including without limitation reasonable attorneys’ fees, that may arise out of any violations of the Act by the CONTRACTOR, its subcontractors, or the officers, employees, agents or representatives of either. DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 4835-2267-0361v1 LAC\04706083 -7- 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. E. Compliance with Laws The CONTRACTOR 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, CONTRACTOR 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 CONTRACTOR 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 CONTRACTOR and that no person associated with CONTRACTOR 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 CONTRACTOR 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. DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 4835-2267-0361v1 LAC\04706083 -8- H. Governing Law and Venue This Agreement shall be governed by and construed in accordance with the laws of the State of California without regard to the conflict of laws provisions of any jurisdiction. The exclusive jurisdiction and venue with respect to any and all disputes arising hereunder shall be in state and federal courts located in Santa Clara County, California. I. Notices Any notice to be given hereunder by either party to the other may be effected either by personal delivery in writing or by mail, registered or certified, postage prepaid with return receipt requested. Mailed notices shall be addressed to the parties at the addresses appearing in Exhibit “A”, Section V.H. but each party may change the address by written notice in accordance with this paragraph. Notices delivered personally will be deemed delivered as of actual receipt; mailed notices will be deemed delivered as of three (3) days after mailing. J. Partial Invalidity If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions will nevertheless continue in full force without being impaired or invalidated in any way. K. Time of the Essence All dates and times referred to in this Agreement are of the essence. L. Waiver CONTRACTOR 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. CONTRACTOR: CITY: RRM Design Group CITY OF GILROY By: By: Name: Michael Scott Name: Jimmy Forbis Title: Principal Title: City Administrator Social Security or Taxpayer Identification Number 95-2923783 DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 4835-2267-0361v1 LAC\04706083 -9- Approved as to Form ATTEST: City Attorney City Clerk DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F -1- EXHIBIT “A” SPECIFIC PROVISIONS I. PROJECT MANAGER CONTRACTOR 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, CONTRACTOR agrees to assign Michael Scott, 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, CONTRACTOR shall furnish all technical and professional services including labor, material, equipment, transportation, supervision and expertise to perform all operations necessary and required to complete the Services in accordance with the terms of this Agreement. II. NOTICE TO PROCEED/COMPLETION OF SERVICE A. NOTICE TO PROCEED CONTRACTOR shall commence the Services upon delivery to CONTRACTOR 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, Jennifer Fortino shall be the designated City contact person(s). Notice to Proceed shall be deemed to have been delivered upon actual receipt by CONTRACTOR or if otherwise delivered as provided in the Section V.H. (“Notices”) of this Exhibit “A”. B. COMPLETION OF SERVICES When CITY determines that CONTRACTOR has completed all of the Services in accordance with the terms of this Agreement, CITY shall give CONTRACTOR written Notice of Final Acceptance, and CONTRACTOR shall not incur any further costs hereunder. CONTRACTOR may request this determination of completion when, in its opinion, it has completed all of the Services as required by the terms of this Agreement and, if so requested, CITY shall make this determination within two (2) weeks of such request, or if CITY determines that CONTRACTOR has not completed all of such Services as required by this Agreement, CITY shall so inform CONTRACTOR 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 CONTRACTOR as provided for in Article 4 of this Agreement. DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F -2- 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. CONTRACTOR shall obtain written approval from CITY prior to incurring or billing of direct expenses. Copies of pertinent financial records, including invoices, will be included with the submission of billing(s) for all direct expenses. V. OTHER PROVISIONS A. STANDARD OF WORKMANSHIP CONTRACTOR 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 CONTRACTOR’S representations and warranties regarding its skills, qualifications and licenses. CONTRACTOR shall perform such Services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Any plans, designs, specifications, estimates, calculations, reports and other documents furnished under this Agreement shall be of a quality acceptable to CITY. The minimum criteria for acceptance shall be a product of neat appearance, well-organized, technically and grammatically correct, checked and having the maker and checker identified. The minimum standard of appearance, organization and content of the drawings shall be that used by CITY for similar purposes. B. RESPONSIBILITY OF CONTRACTOR CONTRACTOR shall be responsible for the professional quality, technical accuracy, and the coordination of the Services furnished by it under this Agreement. CONTRACTOR shall not be responsible for the accuracy of any project or technical information provided by the C ITY. 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 CONTRACTOR shall be and remain liable to CITY in accordance with applicable law for all damages to CITY caused by CONTRACTOR’S negligent performance of any of the services furnished under this Agreement. C. RIGHT OF CITY TO INSPECT RECORDS OF CONTRACTOR CITY, through its authorized employees, representatives or agents, shall have the right, at any and all reasonable times, to audit the books and records (including, but not limited to, invoices, vouchers, canceled checks, time cards, etc.) of CONTRACTOR for the purpose of verifying any and all charges made by CONTRACTOR in connection with this Agreement. CONTRACTOR shall maintain for a minimum period of three (3) years (from the date of final payment to CONTRACTOR), 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 CONTRACTOR, all of which shall be made available to CITY at the CITY’s offices within five (5) business days after CITY’s request. DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F -3- D. CONFIDENTIALITY OF MATERIAL All ideas, memoranda, specifications, plans, manufacturing procedures, data (including, but not limited to, computer data and source code), drawings, descriptions, documents, discussions or other information developed or received by or for CONTRACTOR and all other written and oral information developed or received by or for CONTRACTOR and all other written and oral information submitted to CONTRACTOR in connection with the performance of this Agreement shall be held confidential by CONTRACTOR 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 CONTRACTOR which is otherwise known to CONTRACTOR or is or becomes generally known to the related industry (other than that which becomes generally known as the result of CONTRACTOR’S disclosure thereof) shall be deemed confidential. CONTRACTOR shall not use CITY’S name or insignia, or distribute publicity pertaining to the services rendered under this Agreement in any magazine, trade paper, newspaper or other medium without the express written consent of CITY. E. NO PLEDGING OF CITY’S CREDIT. Under no circumstances shall CONTRACTOR have the authority or power to pledge the credit of CITY or incur any obligation in the name of CITY. F. OWNERSHIP OF MATERIAL. All material including, but not limited to, computer information, data and source code, sketches, tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals, tests, maps, calculations, photographs, reports and other material developed, collected, prepared (or caused to be prepared) under this Agreement shall be the property of CITY, but CONTRACTOR may retain and use copies thereof subject to Section V.D of this Exhibit “A”. CITY shall not be limited in any way in its use of said material at any time for any work, whether or not associated with the City project for which the Services are performed. However, CONTRACTOR shall not be responsible for, and City shall indemnify CONTRACTOR from, damages resulting from the use of said material for work other than PROJECT, including, but not limited to, the release of this material to third parties for work other than on PROJECT. G. NO THIRD PARTY BENEFICIARY. This Agreement shall not be construed or deemed to be an agreement for the benefit of any third party or parties, and no third party or parties shall have any claim or right of action hereunder for any cause whatsoever. DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F -4- H. NOTICES. Notices are to be sent as follows: CITY: Jennifer Fortino City of Gilroy 7351 Rosanna Street Gilroy, CA 95020 CONTRACTOR: RRM Design Group 3765 S. Higuera St., Suite 102 San Luis Obispo, CA 93401 I. FEDERAL FUNDING REQUIREMENTS. If the box to the left of this sentence is checked, this Agreement involves federal funding and the requirements of this Section V.I. apply. If the box to the left of this sentence is checked, this Agreement does not involve federal funding and the requirements of this Section V.I. do not apply. 1. DBE Program CONTRACTOR 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 CONTRACTOR warrants that he/she has not employed or retained any company or person, other than a bona fide employee working for the CONTRACTOR, 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. DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F -5- EXHIBIT “B” SCOPE OF SERVICES Task A.1: Temporary Station Building Department Submittal Drawings RRM Architecture and electrical engineering consultant, Thoma Electric, will revise the planning application package for submittal to the Building Department to include the items that were identified in the meeting with the Fire Department and Building Department on October 6, 2021: Architectural Deliverables: Update floor plan of modular building for bidding  Provide details requested by Building Department  Update site plan to coordinate  Coordination of electrical and civil engineer Civil Deliverables:  None – City of Gilroy Public Works will be preparing site with internal staff. Electrical Deliverables:  This includes re-coordination with PG&E and Charter as well as all the virtual meetings  This does not include any work inside the modular building or site visits. Any electrical scope inside the modular building will be completed by others. Electrical scope is to provide power and CATV service to the modular building Task A.2: Plan Check Response RRM Architecture and Thoma will respond to plan check comments by attending one virtual meeting to review comments with the Building Department and providing a response letter and revised drawings. Remaining comments will be red line marks on the second submittal drawings. Deliverables:  Provide plan check responses and revised drawings to the Building Department Task O.1: Bidding Support - Optional RRM Architecture and Thoma will respond to bidding questions and will prepare one addendum if needed. Deliverables:  Response to RFI DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F -6- Task O.2: Construction Administration – Optional RRM Architecture and Thoma will respond to requests for information (RFI), questions during construction administration, and review contractor provided submittals. Assumption is that Thoma will spend approximately five hours and RRM will spend approximately ten hours on this task. Deliverables:  Response to RFI  Submittal Review Limitations of Scope and Exclusions Please note that the tasks to be performed by the RRM team are limited to those outlined above. Substantive changes requested by the Client or changes in the Client’s program or direction that are inconsistent with prior approvals are subject to additional service fees. Any additional services that RRM Design Group is asked to perform over and beyond those described above will be billed on a negotiated and Client-approved, fixed-fee, or hourly basis. The following services or tasks are specifically excluded from the scope:  Engineer’s Opinion of Probable Cost or quantity takeoff’s including earthwork  Preparation of a Stormwater Pollution Prevention Plan (SWPPP)  Preparation of a Stormwater Control Plan DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F -1- EXHIBIT “C” MILESTONE SCHEDULE -Submit updated Interim Fire Station submittal drawings 4-6 weeks -Respond to plan check questions 1-2 weeks -Provide bidding support on an as needed basis -Provide construction administration on an as needed basis DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F EXHIBIT “D” PAYMENT SCHEDULE Fixed fee tasks will be billed as the work progresses until the task is completed and the total amount stated in the contract for the task invoiced. Total amount paid not to exceed $21,750. Payment terms are net 30. TASK DESCRIPTION FIXED FEE A.1 Temporary Station Building Department Submittal Drawings $ 9,000 A.2 Plan Check Response $ 4,750 SUBTOTAL: $ 13,750 OPTIONAL TASKS O.1 Bidding Support $ 2,750 O.2 Construction Administration $ 3,750 Task O Subtotal: $ 6,500 SUMMARY OF FEES: $ 20,250 Estimated Reimbursable Expenses: $ 1,500 ESTIMATED PROJECT TOTAL: $ 21,750 DocuSign Envelope ID: 03FFA0C7-0868-40D6-A942-AEE92D67924EDocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 10396553.1 1 FIRST AMENDMENT TO AGREEMENT BETWEEN THE CITY OF GILROY AND RRM DESIGN GROUP FOR PROFESSIONAL SERVICES This First Amendment to Professional Services Agreement (the “First Amendment”) is effective as of December 1, 2022, (“First Amendment Effective Date”) by and between RRM Design Group (“CONTRACTOR”), an architectural design firm, and the City of Gilroy (“CITY”) with respect to the following: RECITALS A. CONTRACTOR and CITY have entered into that certain Agreement for Professional Services dated February 8, 2022 (the “Agreement”) pursuant to which CONTRACTOR provides interim fire station building drawings and electrical engineering services. B. CONTRACTOR and CITY desire to extend the term of the Agreement and amend the Agreement as set forth herein. AGREEMENT IN CONSIDERATION of the foregoing recitals and the mutual promises and covenants contained herein, CONTRACTOR and CITY agree as follows: 1. Defined Terms. Capitalized terms not otherwise defined herein shall have the meaning ascribed to them in the Agreement. 2. Term of Agreement. Article 1 is hereby deleted and replaced in its entirety with the following: “1. Term of Agreement. “This Agreement will become effective on February 8, 2022 and will continue in effect through December 31, 2023 unless terminated in accordance with the provisions of Article 7 of this Agreement.” 3. Consideration. Article 4.A. to the Agreement is hereby deleted and replaced in its entirety with the following: “4.A. In consideration for the services to be performed by CONTRACTOR, CITY agrees to pay CONTRACTOR the amounts set forth in Exhibit “D” (“Payment Schedule”). In no event however shall the total compensation paid to CONTRACTOR exceed $26,750.” 4. Continuation of Agreement. Except as specifically amended by this First Amendment, the Agreement shall continue in full force and effect, and the parties shall continue to comply with the terms and conditions of the Agreement as existing on the date of this First Amendment. 5. Conflicts. In the event of any conflict between the terms and provisions of this First Amendment and the terms and provisions of the Agreement, the terms and provisions of this First Amendment shall control. 6. Reference. The terms and provisions of this First Amendment are incorporated by this reference in the Agreement as though fully set forth in the Agreement. After the date of this First DocuSign Envelope ID: 8ED63E01-B4DB-4C48-999E-998F89E95BA8DocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 10396553.1 2 Amendment, any reference to the Agreement shall mean the Agreement as amended by this First Amendment. 7. Counterparts. This First Amendment may be executed in one or more counterparts, each of which shall be deemed to be an original, but all of which together shall constitute one and the same instrument. DocuSign Envelope ID: 8ED63E01-B4DB-4C48-999E-998F89E95BA8DocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 10396553.1 3 IN WITNESS WHEREOF, CONTRACTOR and CITY have executed this First Amendment as of the First Amendment Effective Date. ATTEST: CITY OF GILROY City Clerk City Administrator Thai Pham Jimmy Forbis Print Name Print Name Date: Date: APPROVED AS TO FORM: RRM Design Group City Attorney By: Michael Scott Andrew Faber Title: Principal Print Name Date: Date: DocuSign Envelope ID: 8ED63E01-B4DB-4C48-999E-998F89E95BA8DocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F 10396553.1 4 EXHIBIT “D” PAYMENT SCHEDULE Fixed fee tasks will be billed as the work progresses until the task is completed and the total amount stated in the contract for the task invoiced. Total amount paid not to exceed $26,750. Payment terms are net 30. TASK DESCRIPTION FIXED FEE A.1 Temporary Station Building Department Submittal Drawings and Electrical Engineering $ 14,000 A.2 Plan Check Response $ 4,750 SUBTOTAL: $ 18,750 OPTIONAL TASKS O.1 Bidding Support $ 2,750 O.2 Construction Administration $ 3,750 Task O Subtotal: $ 6,500 SUMMARY OF FEES: $ 20,250 Estimated Reimbursable Expenses: $ 1,500 ESTIMATED PROJECT TOTAL: $ 26,750 DocuSign Envelope ID: 8ED63E01-B4DB-4C48-999E-998F89E95BA8DocuSign Envelope ID: E6BE29F8-14F4-41CE-9DAB-AFCB0503708BDocuSign Envelope ID: 1B839DB6-40B7-4B46-90DE-4EEF6392125F