HomeMy WebLinkAboutAgreement - EOA, Inc. - Phase II National Pollutant Discharge Elimination System (NPDES) Support for FY 23/24 - Signed 2023-07-18City of Gilroy
Agreement/Contract Tracking
Today’s Date: June 20, 2023 Your Name: Michael Lewis
Contract
Type:
Services over $5k - Contractor -
NO ENG OR DESIGN
Phone Number: 408-846-0265
Contract Effective Date:
(Date contract goes into effect)
7/1/2023
Contract Expiration Date: 6/30/2024
Contractor / Consultant Name:
(if an individual’s name, format as
last name, first name)
EOA, Inc.
1410 Jackson Street
Oakland, CA 94612
Taxpayer ID: 94-2977419
Signer’s Name/Title: Ray Goebel/Vice President
Contract Subject:
(no more than 100 characters)
Phase II National Pollutant Discharge Elimination System (NPDES) Support
for FY 23/24
Contract Amount:
(Total Amount of contract. If no
amount, leave blank)
$49,999.00
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: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
TYPE OF
PROCURMENT
DOLLAR THRESHOLD / SIGNING AUTHORITY
STAFF LEVEL DEPARTMENT HEAD CITY ADMINISTRATOR COUNCIL APPROVAL
$0-$999.99 $1,000-$49,999.99 $50,000-$99,999.99 $100,000-Above
EQUIPMENT
/SUPPLIES/
MATERIALS
Furniture, hoses,
parts, pipe
manholes, office
supplies, fuel, tools,
PPE items, etc…
• Vendor selection at
discretion of staff
Payment Method
Purchase Card or
Payment Request (if
vendor does not accept
credit cards)
• Informal
bid/quotation –
3 quotes (verbal
or written)
• Purchasing
Summary form
w/ Purchasing
Approval
• Purchase
Requisition
Payment Method
Purchase Order*
• Informal
bid/quotation –
3 written quotes
• Purchasing
Summary form w/
City Administrator
Approval
• Purchase
Requisition
Payment Method
Purchase Order
• Formal Bid
• Advertisement
• Council Approval
• Purchase
Requisition signed
by City
Administrator
Payment Method
Purchase Order
GENERAL SERVICES
Janitorial, landscape
maintenance,
equipment repair,
installation, graffiti
abatement, service
inspections,
uniform cleaning,
etc…
• Vendor selection at
discretion of staff
• May require insurance
documents depending
on scope/ nature of
work
Payment Method
Purchase Card (if
incorporated)
Signed Payment Request (if so
proprietor or partner)
• Informal
bid/quotation –
3 quotes (verbal
or written)
• Purchasing
Summary form
w/ Department
Head Approval
• Standard
Agreement
• Purchase
Requisition
Payment Method
Purchase Order*
• Informal Bid/RFP
quotation – 3
written quotes
• Purchasing
Summary form w/
City Administrator
Approval
• Standard
Agreement
• Purchase
Requisition
Payment Method
Purchase Order
• Formal
Bid/RFP/RFQ
• Advertisement
• Council Approval
• Standard
Agreement
• Purchase
Requisition
Payment Method
Purchase Order
PROFESSIONAL
SERVICES
Consultants,
architects,
designers, auditors,
etc...
• Vendor selection at the
discretion of staff
• Purchase Summary
Form w/ Purchasing
Approval
• Standard Agreement
signed by Department
Head
• Purchase Requisition
Payment Method
Purchase Order
• RFP/RFQ to at
least 3
consultants
• Purchase
Summary Form
w/ Department
Head Approval
• Standard
Agreement
• Purchase
Requisition
Payment Method
Purchase Order
• RFP/RFQ to a list
of consultants
• Evaluation
Spreadsheet w/
City Administrator
Approval
• Standard
Agreement
• Purchase
Requisition
Payment Method
Purchase Order
• Formal RFP/RFQ
• Advertisement
• Council Approval
• Standard
Agreement signed
by City
Administrator
• Purchase
Requisition
Payment Method
Purchase Order
DocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-1- 4835-2267-0361v1 LAC\04706083
AGREEMENT FOR SERVICES
(For contracts over $5,000 - CONSULTANT)
This AGREEMENT made this 20th day of June, 2023, between:
CITY: City of Gilroy, having a principal place of business at
7351 Rosanna Street, Gilroy, California
and CONSULTANT: EOA Inc., having a principal place of business at 1410 Jackson Street,
Oakland, CA 94612.
ARTICLE 1. TERM OF AGREEMENT
This Agreement will become effective on 7/1/2023 and will continue in effect through 6/30/2024
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 CONSULTANT is an independent contractor and not
an employee, agent, joint venturer or partner of CITY. Nothing in this Agreement shall be
interpreted or construed as creating or establishing the relationship of employer and employee
between CITY and CONSULTANT or any employee or agent of CONSULTANT. Both parties
acknowledge that CONSULTANT is not an employee for state or federal tax purposes.
CONSULTANT shall not be entitled to any of the rights or benefits afforded to CITY’S
employees, including, without limitation, disability or unemployment insurance, workers’
compensation, medical insurance, sick leave, retirement benefits or any other employment
benefits. CONSULTANT shall retain the right to perform services for others during the term of
this Agreement.
ARTICLE 3. SERVICES TO BE PERFORMED BY CONSULTANT
A. Specific Services
CONSULTANT agrees to: Perform the services as outlined in Exhibit “A” (“Specific
Provisions”) and Exhibit “B” (“Scope of Services”), within the time periods described in
Exhibit “C” (“Milestone Schedule”).
B. Method of Performing Services
CONSULTANT shall determine the method, details and means of performing the above-
described services. CITY shall have no right to, and shall not, control the manner or determine
the method of accomplishing CONSULTANT’S services.
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-2- 4835-2267-0361v1 LAC\04706083
C. Employment of Assistants
CONSULTANT may, at the CONSULTANT’S own expense, employ such assistants as
CONSULTANT deems necessary to perform the services required of CONSULTANT by this
Agreement, subject to the prohibition against assignment and subcontracting contained in
Article 5 below. CITY may not control, direct, or supervise CONSULTANT’S assistants in the
performance of those services. CONSULTANT assumes full and sole responsibility for the
payment of all compensation and expenses of these assistants and for all state and federal income
tax, unemployment insurance, Social Security, disability insurance and other applicable
withholding.
D. Place of Work
CONSULTANT shall perform the services required by this Agreement at any place or location
and at such times as CONSULTANT shall determine is necessary to properly and timely perform
CONSULTANT’S services.
ARTICLE 4. COMPENSATION
A. Consideration
In consideration for the services to be performed by CONSULTANT, CITY agrees to pay
CONSULTANT the amounts set forth in Exhibit “D” (“Payment Schedule”). In no event
however shall the total compensation paid to CONSULTANT exceed $49,999.00.
B. Invoices
CONSULTANT shall submit invoices for all services rendered.
C. Payment
Payment shall be due according to the payment schedule set forth in Exhibit “D”. No payment
will be made unless CONSULTANT has first provided City with a written receipt of invoice
describing the work performed and any approved direct expenses (as provided for in
Exhibit “A”, Section IV) incurred during the preceding period. If CITY objects to all or any
portion of any invoice, CITY shall notify CONSULTANT of the objection within thirty (30)
days from receipt of the invoice, give reasons for the objection, and pay that portion of the
invoice not in dispute. It shall not constitute a default or breach of this Agreement for CITY not
to pay any invoiced amounts to which it has objected until the objection has been resolved by
mutual agreement of the parties.
D. Expenses
CONSULTANT shall be responsible for all costs and expenses incident to the performance of
services for CITY, including but not limited to, all costs of equipment used or provided by
CONSULTANT, all fees, fines, licenses, bonds or taxes required of or imposed against
CONSULTANT and all other of CONSULTANT’S costs of doing business. CITY shall not be
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-3- 4835-2267-0361v1 LAC\04706083
responsible for any expenses incurred by CONSULTANT in performing services for CITY,
except for those expenses constituting “direct expenses” referenced on Exhibit “A.”
ARTICLE 5. OBLIGATIONS OF CONSULTANT
A. Tools and Instrumentalities
CONSULTANT shall supply all tools and instrumentalities required to perform the services
under this Agreement at its sole cost and expense. CONSULTANT is not required to purchase
or rent any tools, equipment or services from CITY.
B. Workers’ Compensation
CONSULTANT agrees to provide workers’ compensation insurance for CONSULTANT’S
employees and agents and agrees to hold harmless, defend with counsel acceptable to CITY and
indemnify CITY, its officers, representatives, agents and employees from and against any and all
claims, suits, damages, costs, fees, demands, causes of action, losses, liabilities and expenses,
including without limitation reasonable attorneys’ fees, arising out of any injury, disability, or
death of any of CONSULTANT’S employees.
C. Indemnification of Liability, Duty to Defend
1. As to professional liability, to the fullest extent permitted by law,
CONSULTANT shall defend, through counsel approved by CITY (which approval shall not be
unreasonably withheld), indemnify and hold harmless CITY, its officers, representatives, agents
and employees against any and all suits, damages, costs, fees, claims, demands, causes of action,
losses, liabilities and expenses, including without limitation attorneys’ fees, to the extent arising
or resulting directly or indirectly from any willful or negligent acts, errors or omissions of
CONSULTANT or CONSULTANT’S assistants, employees or agents, including all claims
relating to the injury or death of any person or damage to any property.
2. As to other liability, to the fullest extent permitted by law, CONSULTANT shall
defend, through counsel approved by CITY (which approval shall not be unreasonably withheld),
indemnify and hold harmless CITY, its officers, representatives, agents and employees against
any and all suits, damages, costs, fees, claims, demands, causes of action, losses, liabilities and
expenses, including without limitation attorneys’ fees, arising or resulting directly or indirectly
from any act or omission of CONSULTANT or CONSULTANT’S assistants, employees or
agents, including all claims relating to the injury or death of any person or damage to any
property.
D. Insurance
In addition to any other obligations under this Agreement, CONSULTANT shall, at no cost to
CITY, obtain and maintain throughout the term of this Agreement: (a) Commercial Liability
Insurance on a per occurrence basis, including coverage for owned and non-owned automobiles,
with a minimum combined single limit coverage of $1,000,000 per occurrence for all damages
due to bodily injury, sickness or disease, or death to any person, and damage to property,
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-4- 4835-2267-0361v1 LAC\04706083
including the loss of use thereof; and (b) Professional Liability Insurance (Errors & Omissions)
with a minimum coverage of $1,000,000 per occurrence or claim, and $2,000,000 aggregate;
provided however, Professional Liability Insurance written on a claims made basis must comply
with the requirements set forth below. Professional Liability Insurance written on a claims made
basis (including without limitation the initial policy obtained and all subsequent policies
purchased as renewals or replacements) must show the retroactive date, and the retroactive date
must be before the earlier of the effective date of the contract or the beginning of the contract
work. Claims made Professional Liability Insurance must be maintained, and written evidence
of insurance must be provided, for at least five (5) years after the completion of the contract
work. If claims made coverage is canceled or non-renewed, and not replaced with another
claims-made policy form with a retroactive date prior to the earlier of the effective date of the
contract or the beginning of the contract work, CONSULTANT must purchase so called
“extended reporting” or “tail” coverage for a minimum of five (5) years after completion of
work, which must also show a retroactive date that is before the earlier of the effective date of
the contract or the beginning of the contract work. As a condition precedent to CITY’S
obligations under this Agreement, CONSULTANT shall furnish written evidence of such
coverage (naming CITY, its officers and employees as additional insureds on the Comprehensive
Liability insurance policy referred to in (a) immediately above via a specific endorsement) and
requiring thirty (30) days written notice of policy lapse or cancellation, or of a material change in
policy terms.
E. Assignment
Notwithstanding any other provision of this Agreement, neither this Agreement nor any duties or
obligations of CONSULTANT under this Agreement may be assigned or subcontracted by
CONSULTANT without the prior written consent of CITY, which CITY may withhold in its
sole and absolute discretion.
F. State and Federal Taxes
As CONSULTANT is not CITY’S employee, CONSULTANT shall be responsible for paying
all required state and federal taxes. Without limiting the foregoing, CONSULTANT
acknowledges and agrees that:
• CITY will not withhold FICA (Social Security) from CONSULTANT’S
payments;
• CITY will not make state or federal unemployment insurance contributions on
CONSULTANT’S behalf;
• CITY will not withhold state or federal income tax from payment to
CONSULTANT;
• CITY will not make disability insurance contributions on behalf of
CONSULTANT;
• CITY will not obtain workers’ compensation insurance on behalf of
CONSULTANT.
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-5- 4835-2267-0361v1 LAC\04706083
ARTICLE 6. OBLIGATIONS OF CITY
A. Cooperation of City
CITY agrees to respond to all reasonable requests of CONSULTANT and provide access, at
reasonable times following receipt by CITY of reasonable notice, to all documents reasonably
necessary to the performance of CONSULTANT’S duties under this Agreement.
B. Assignment
CITY may assign this Agreement or any duties or obligations thereunder to a successor
governmental entity without the consent of CONSULTANT. Such assignment shall not release
CONSULTANT from any of CONSULTANT’S duties or obligations under this Agreement.
ARTICLE 7. TERMINATION OF AGREEMENT
A. Sale of Consultant’s Business/ Death of Consultant.
CONSULTANT shall notify CITY of the proposed sale of CONSULTANT’s business no later
than thirty (30) days prior to any such sale. CITY shall have the option of terminating this
Agreement within thirty (30) days after receiving such notice of sale. Any such CITY
termination pursuant to this Article 7.A shall be in writing and sent to the address for notices to
CONSULTANT set forth in Exhibit A, Subsection V.H., no later than thirty (30) days after
CITY’ receipt of such notice of sale.
If CONSULTANT is an individual, this Agreement shall be deemed automatically terminated
upon death of CONSULTANT.
B. Termination by City for Default of Consultant
Should CONSULTANT default in the performance of this Agreement or materially breach any
of its provisions, CITY, at CITY’S option, may terminate this Agreement by giving written
notification to CONSULTANT. For the purposes of this section, material breach of this
Agreement shall include, but not be limited to the following:
1. CONSULTANT’S failure to professionally and/or timely perform any of the
services contemplated by this Agreement.
2. CONSULTANT’S breach of any of its representations, warranties or covenants
contained in this Agreement.
CONSULTANT shall be entitled to payment only for work completed in accordance with the
terms of this Agreement through the date of the termination notice, as reasonably determined by
CITY, provided that such payment shall not exceed the amounts set forth in this Agreement for
the tasks described on Exhibit C” which have been 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
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-6- 4835-2267-0361v1 LAC\04706083
may have, CONSULTANT shall reimburse CITY, within ten (10) days after demand, for any
and all costs and expenses incurred by CITY in order to complete the tasks constituting the scope
of work as described in this Agreement, to the extent such costs and expenses exceed the
amounts CITY would have been obligated to pay CONSULTANT for the performance of that
task pursuant to this Agreement.
C. Termination for Failure to Make Agreed-Upon Payments
Should CITY fail to pay CONSULTANT all or any part of the compensation set forth in Article
4 of this Agreement on the date due, then if and only if such nonpayment constitutes a default
under this Agreement, CONSULTANT, at the CONSULTANT’S option, may terminate this
Agreement if such default is not remedied by CITY within thirty (30) days after demand for such
payment is given by CONSULTANT to CITY.
D. Transition after Termination
Upon termination, CONSULTANT shall immediately stop work, unless cessation could
potentially cause any damage or harm to person or property, in which case CONSULTANT shall
cease such work as soon as it is safe to do so. CONSULTANT shall incur no further expenses in
connection with this Agreement. CONSULTANT shall promptly deliver to CITY all work done
toward completion of the services required hereunder, and shall act in such a manner as to
facilitate any the assumption of CONSULTANT’s duties by any new consultant hired by the
CITY to complete such services.
ARTICLE 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 comply fully with all
applicable provisions of the Americans with Disabilities Act of 1990 (“the Act”) in its current
form and as it may be amended from time to time. CONSULTANT shall also require such
compliance of all subcontractors performing work under this Agreement, subject to the
prohibition against assignment and subcontracting contained in Article 5 above. The
CONSULTANT shall defend with counsel acceptable to CITY, indemnify and hold harmless the
CITY OF GILROY, its officers, employees, agents and representatives from and against all suits,
claims, demands, damages, costs, causes of action, losses, liabilities, expenses and fees,
including without limitation reasonable attorneys’ fees, that may arise out of any violations of
the Act by the CONSULTANT, its subcontractors, or the officers, employees, agents or
representatives of either.
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-7- 4835-2267-0361v1 LAC\04706083
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 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.
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-8- 4835-2267-0361v1 LAC\04706083
H. Governing Law and Venue
This Agreement shall be governed by and construed in accordance with the laws of the State of
California without regard to the conflict of laws provisions of any jurisdiction. The exclusive
jurisdiction and venue with respect to any and all disputes arising hereunder shall be in state and
federal courts located in Santa Clara County, California.
I. Notices
Any notice to be given hereunder by either party to the other may be effected either by personal
delivery in writing or by mail, registered or certified, postage prepaid with return receipt
requested. Mailed notices shall be addressed to the parties at the addresses appearing in
Exhibit “A”, Section V.H. but each party may change the address by written notice in
accordance with this paragraph. Notices delivered personally will be deemed delivered as of
actual receipt; mailed notices will be deemed delivered as of three (3) days after mailing.
J. Partial Invalidity
If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void
or unenforceable, the remaining provisions will nevertheless continue in full force without being
impaired or invalidated in any way.
K. Time of the Essence
All dates and times referred to in this Agreement are of the essence.
L. Waiver
CONSULTANT agrees that waiver by CITY of any one or more of the conditions of
performance under this Agreement shall not be construed as waiver(s) of any other condition of
performance under this Agreement.
Executed at Gilroy, California, on the date and year first above written.
CONSULTANT: CITY:
EOA, Inc. CITY OF GILROY
By: By:
Name: Ray Goebel Name: Jimmy Forbis
Title: Vice President Title: City Administrator
Social Security or Taxpayer
Identification Number 94-2977419
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-9- 4835-2267-0361v1 LAC\04706083
Approved as to Form ATTEST:
City Attorney City Clerk
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-1- 4835-2267-0361v1 LAC\04706083
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 Bonnie de Berry, Managing Scientist,
who will act in the capacity of Project Manager, and who will personally direct such Services.
Except as may be specified elsewhere in this Agreement, CONSULTANT shall furnish all
technical and professional services including labor, material, equipment, transportation,
supervision and expertise to perform all operations necessary and required to complete the
Services in accordance with the terms of this Agreement.
II. NOTICE TO PROCEED/COMPLETION OF SERVICE
A. NOTICE TO PROCEED
CONSULTANT shall commence the Services upon delivery to CONSULTANT of a written
“Notice to Proceed”, which Notice to Proceed shall be in the form of a written communication
from designated City contact person(s). Notice to Proceed may be in the form of e-mail, fax or
letter authorizing commencement of the Services. For purposes of this Agreement, Kristi Kisso,
Interim Environmental Programs Coordinator shall be the designated City contact person(s).
Notice to Proceed shall be deemed to have been delivered upon actual receipt by
CONSULTANT or if otherwise delivered as provided in the Section V.H. (“Notices”) of this
Exhibit “A”.
B. COMPLETION OF SERVICES
When CITY determines that CONSULTANT has completed all of the Services in accordance
with the terms of this Agreement, CITY shall give CONSULTANT written Notice of Final
Acceptance, and CONSULTANT shall not incur any further costs hereunder. CONSULTANT
may request this determination of completion when, in its opinion, it has completed all of the
Services as required by the terms of this Agreement and, if so requested, CITY shall make this
determination within two (2) weeks of such request, or if CITY determines that CONSULTANT
has not completed all of such Services as required by this Agreement, CITY shall so inform
CONSULTANT within this two (2) week period.
III. PROGRESS SCHEDULE
The schedule for performance and completion of the Services will be as set forth in the attached
Exhibit “C”.
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-2- 4835-2267-0361v1 LAC\04706083
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.
Copies of pertinent financial records, including invoices, will be included with the submission of
billing(s) for all direct expenses.
V. OTHER PROVISIONS
A. STANDARD OF WORKMANSHIP
CONSULTANT represents and warrants that it has the qualifications, skills and licenses
necessary to perform the Services, and its duties and obligations, expressed and implied,
contained herein, and CITY expressly relies upon CONSULTANT’S representations and
warranties regarding its skills, qualifications and licenses. CONSULTANT shall perform such
Services and duties in conformance to and consistent with the standards generally recognized as
being employed by professionals in the same discipline in the State of California.
Any plans, designs, specifications, estimates, calculations, reports and other documents furnished
under this Agreement shall be of a quality acceptable to CITY. The minimum criteria for
acceptance shall be a product of neat appearance, well-organized, technically and grammatically
correct, checked and having the maker and checker identified. The minimum standard of
appearance, organization and content of the drawings shall be that used by CITY for similar
purposes.
B. RESPONSIBILITY OF CONSULTANT
CONSULTANT shall be responsible for the professional quality, technical accuracy, and the
coordination of the Services furnished by it under this Agreement. CONSULTANT shall not be
responsible for the accuracy of any project or technical information provided by the CITY. The
CITY’S review, acceptance or payment for any of the Services shall not be construed to operate
as a waiver of any rights under this Agreement or of any cause of action arising out of the
performance of this Agreement, and CONSULTANT shall be and remain liable to CITY in
accordance with applicable law for all damages to CITY caused by CONSULTANT’S negligent
performance of any of the services furnished under this Agreement.
C. RIGHT OF CITY TO INSPECT RECORDS OF CONSULTANT
CITY, through its authorized employees, representatives or agents, shall have the right, at any
and all reasonable times, to audit the books and records (including, but not limited to, invoices,
vouchers, canceled checks, time cards, etc.) of CONSULTANT for the purpose of verifying any
and all charges made by CONSULTANT in connection with this Agreement. CONSULTANT
shall maintain for a minimum period of three (3) years (from the date of final payment to
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-3- 4835-2267-0361v1 LAC\04706083
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.
D. CONFIDENTIALITY OF MATERIAL
All ideas, memoranda, specifications, plans, manufacturing procedures, data (including, but not
limited to, computer data and source code), drawings, descriptions, documents, discussions or
other information developed or received by or for CONSULTANT and all other written and oral
information developed or received by or for CONSULTANT and all other written and oral
information submitted to CONSULTANT in connection with the performance of this Agreement
shall be held confidential by CONSULTANT and shall not, without the prior written consent of
CITY, be used for any purposes other than the performance of the Services, nor be disclosed to
an entity not connected with the performance of the such Services. Nothing furnished to
CONSULTANT which is otherwise known to CONSULTANT or is or becomes generally
known to the related industry (other than that which becomes generally known as the result of
CONSULTANT’S disclosure thereof) shall be deemed confidential. CONSULTANT shall not
use CITY’S name or insignia, or distribute publicity pertaining to the services rendered under
this Agreement in any magazine, trade paper, newspaper or other medium without the express
written consent of CITY.
E. NO PLEDGING OF CITY’S CREDIT.
Under no circumstances shall CONSULTANT have the authority or power to pledge the credit
of CITY or incur any obligation in the name of CITY.
F. OWNERSHIP OF MATERIAL.
All material including, but not limited to, computer information, data and source code, sketches,
tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals, tests, maps,
calculations, photographs, reports and other material developed, collected, prepared (or caused to
be prepared) under this Agreement shall be the property of CITY, but CONSULTANT may
retain and use copies thereof subject to Section V.D of this Exhibit “A”.
CITY shall not be limited in any way in its use of said material at any time for any work,
whether or not associated with the City project for which the Services are performed. However,
CONSULTANT shall not be responsible for, and City shall indemnify CONSULTANT from,
damages resulting from the use of said material for work other than PROJECT, including, but
not limited to, the release of this material to third parties for work other than on PROJECT.
G. NO THIRD PARTY BENEFICIARY.
This Agreement shall not be construed or deemed to be an agreement for the benefit of any third
party or parties, and no third party or parties shall have any claim or right of action hereunder for
any cause whatsoever.
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-4- 4835-2267-0361v1 LAC\04706083
H. NOTICES.
Notices are to be sent as follows:
CITY: Kristi Kisso, Interim Environmental Programs
Coordinator
City of Gilroy
7351 Rosanna Street
Gilroy, CA 95020
CONSULTANT: Bonnie de Berry, Managing Scientist
EOA, Inc.
1410 Jackson Street
Oakland, CA 94612
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
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.
DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-1- 4835-2267-0361v1 LAC\04706083
EXHIBIT “B”
SCOPE OF SERVICES
EOA Inc. will prepare the Water Year (WY) 2023 Regional Bacteria Monitoring Report, prepare
the FY 2022/2023 Regional Total Maximum Daily Load Status Report, conduct Georgraphic
Information Services (GIS), implement a bacteria monitoring plan in WY 2024, and will also
conduct various public outreach services in addition to on-call services throughout the year.
DocuSign Envelope ID: 3ED81282-839F-4C4D-A501-000452A753B5DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
Environmental and Public Health Engineering
F:\SS06\_Project Management\Gilroy\Gilroy FY 23-24 scope 03-29-23.docx
Date: June 6, 2023
Ms. Kristi Kisso
City of Gilroy
7351 Rosanna Street
Gilroy, CA 95020
Subject: Scope of Work for City of Gilroy, Phase II NPDES Permit Support during Fiscal Year 2023/24
Kendra,
This letter describes the scope of services and associated budget for EOA, Inc. (EOA) to continue
supporting the City of Gilroy (City) during Fiscal Year (FY) 2023/24 (July 1, 2023 through June 30, 2024)
with compliance with the Phase II Small Municipal Separate Storm Sewer System (MS4) National Pollutant
Discharge Elimination System (NPDES) Permit (Phase II Permit; Order No. 2013-0001-DWQ). The tasks
were developed in coordination with the County of Santa Clara (County) and the City of Morgan Hill.
Collectively, Gilroy, Morgan Hill, and the County are referred to as the Regional Partners.
SCOPE OF SERVICES
This scope of services includes the following six tasks. A description of the work to be performed and
budget estimates for each task are discussed below.
1.Prepare the Water Year (WY) 2023 Regional Bacteria Monitoring Report
2.Prepare the FY 2022/23 Regional Total Maximum Daily Load Status Report
3.Conduct as needed Geographic Information System (GIS) services
4.Implement Bacteria Monitoring Plan in WY 2024 (i.e., Special Study)
5.Public Outreach Services
6.On-call Services
Task 1. WY 2023 Regional Bacteria Monitoring Report
In compliance with the South Santa Clara County Regional Bacteria Total Maximum Daily Load (TMDL)
Monitoring Plan for the Pajaro River Watershed (Regional Monitoring Plan), the Regional Partners conduct
desktop studies and field investigations to identify sources of bacteria and assess compliance with the
TMDL. In WY 2023 (i.e., October 1, 2022 – September 30, 2023), outfall and receiving water samples
were collected during ten sampling events (five wet season events and five dry season events) to assess
DocuSign Envelope ID: 3ED81282-839F-4C4D-A501-000452A753B5DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
Ms. Kristi Kisso, City of Gilroy
June 6, 2023
Page 2 of 6
F:\SS06\_Project Management\Gilroy\Gilroy FY 23-24 scope 6-5-23.docx
compliance with the TMDL wasteload allocation (WLA) and gather new information about potential
bacterial sources. Two outfalls and four receiving water stations were located within the City of Gilroy.
Additional monitoring stations were located in Morgan Hill and unincorporated County. All samples were
analyzed for Fecal Indicator Bacteria (FIB; E. coli and fecal coliform).
Under this task, EOA will develop the WY 2023 Regional Bacteria Monitoring Report that describes the
results of the outfall and receiving water monitoring conducted in WY 2023. The report will include maps,
graphs, and tables to describe the data. The data will also be compared to historic data and the
concentration-based TMDL WLA. New information about potential sources of bacteria as a result of the
monitoring findings will be described, if relevant. A Draft of the Regional WY 2023 Bacteria Monitoring
Report will be submitted to the Regional Partners for review. Upon receipt of comments, the Report will be
finalized.
This task also includes validation of WY 2023 monitoring data in compliance with the Quality Assurance
Project Plan (QAPP) that was developed in FY 2020/21 at the request of Regional Water Quality Control
Board (RWQCB) staff. The QAPP describes baseline requirements to be met and outlines the procedures
that will be used to ensure that data collected through the Regional Monitoring Plan meet those
requirements. In compliance with the QAPP, all WY 2023 monitoring data collected in receiving waters will
be submitted to the Regional Data Center (i.e., Moss Landing Marine Lab) for upload to the California
Environmental Data Exchange Network (CEDEN).
Cost: $10,100. This cost represents one half of the cost estimated to develop the WY 2023 Monitoring
Report, validate the data, and submit the data to CEDEN via a subcontract with Moss Landing. The
remaining costs will be paid through a separate contract with the County.
Schedule: Draft Regional WY 2023 Monitoring Report (September 2023); Regional WY 2023 Monitoring
Report must be submitted to the RWQCB by October 15, 2023.
Task 2. Prepare FY 2022/23 TMDL Status Report
Provision E.15.d of the Phase II Permit requires annual submittal to the RWQCB of a report describing the
status of implementation of the Pajaro River Fecal Coliform TMDL (i.e., TMDL Status Report). EOA will
develop a Regional TMDL Status Report that describes implementation of the Bacteria TMDL and Regional
Wasteload Allocation Attainment Plan (WAAP) during FY 2022/23. The report will document
implementation of Best Management Practices (BMPs) during FY 2022/23 and will include a summary of
the WY 2023 Monitoring Report with key findings. A Draft of the Regional TMDL Status Report will be
submitted to the Regional Partners for review. Upon receipt of comments, the Regional TMDL Status Report
will be finalized.
DocuSign Envelope ID: 3ED81282-839F-4C4D-A501-000452A753B5DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
F:\SS06\_Project Management\Gilroy\Gilroy FY 23-24 scope 6-5-23.docx
Ms. Kristi Kisso, City of Gilroy
June 6, 2023
Page 3 of 6
Cost: $7,800. This cost is one third of the total cost estimated to prepare the report. It is assumed that
Morgan Hill and the County will each contract with EOA for the same amount.
Schedule: Draft TMDL Status Report FY 2022/23 (September 2023); Final Regional TMDL Status Report
must be submitted to the RWQCB by October 15, 2023.
Task 3. Geographic Information System Services
A Regional Bacteria TMDL Geodatabase was developed in 2016 and updated to include the Gilroy
jurisdictional area in 2018. The Geodatabase is useful in identifying potential sources of FIB and the
likelihood that the sources will enter the MS4. The Geodatabase will be maintained in FY 2023/24 and
updated with new information such as sanitary sewer overflows (SSOs) reported by the State Water
Resources Control Board and status of homeless encampments provided by City staff.
This task also includes as needed GIS services to support the City of Gilroy Stormwater Management
Program. Tasks may include updates to Trash Management Area (TMA) maps, mapping of reported illicit
discharges, and minor changes to the citywide storm drain layer.
Cost: $3,399 (Approximately $1,700 of the total is earmarked for Bacteria TMDL Geodatabase work;
the remainder for as-needed GIS services).
Schedule: Updated maps from the Bacteria TMDL Geodatabase will be provided to the City or submitted
with the FY 2023/24 TMDL Status Report by October 15, 2024. The schedule for other mapping products
will be determined as needed.
Task 4. Bacteria Monitoring Plan - Special Study
The Pajaro River Fecal Coliform TMDL requires that concentration-based WLAs are met by 2023 during all
types of weather conditions (wet and dry). Preliminary WY 2023 monitoring results suggest that the WLAs
have not been met in local receiving waters; however, the Regional Partners have implemented bacteria
control programs that are continuously modified based on findings from ongoing monitoring. The Regional
Partners are working with other TMDL responsible parties in the Pajaro River Watershed to identify next
steps with regard to TMDL compliance. While next steps are being identified, the Regional Partners will
continue to implement the Regional Monitoring Plan which calls for implementation of special monitoring
studies in alternate years (i.e., WY 2024). Gilroy and Morgan Hill have communicated with RWQCB staff
their intentions to conduct a Special Study in WY 2024 targeting potential sources of bacteria.
DocuSign Envelope ID: 3ED81282-839F-4C4D-A501-000452A753B5DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
Ms. Kristi Kisso, City of Gilroy
June 6, 2023
Page 4 of 6
F:\SS06\_Project Management\Gilroy\Gilroy FY 23-24 scope 6-5-23.docx
Alternatively, resources may be directed towards development and implementation of new bacteria
control measures.
Under this task, EOA will assist the City with developing and implementing an appropriate special
monitoring study and/or BMPs. A likely approach for WY 2024 will be working with Morgan Hill and the
County to sample MS4 outfalls during storm events for the purposes of microbial source tracking (i.e.,
HF183 human marker analysis). The overall approach will be similar to the special study implemented in
WY 2022, but may be modified depending on the level of participation by the County and Morgan Hill.
Dry weather conditions in WY 2024 could also require a shift in the monitoring approach.
•EOA will work with the County and Cities to identify potential sample locations. EOA will create
maps that will be used by the field crew to find the sample locations in the field. Maps will include
MS4 details (i.e., storm drain pipe, manholes) so that alternative sample locations can be identified
in the field if necessary.
•A total of 16 field samples and 4 QA/QC samples (field duplicates and field blanks) will be
collected from South County. Samples will be delivered to Cel Analytical in San Francisco for
analysis of E. coli and human genetic markers (HF183).
o Samples will also be analyzed by EOA for pH and specific conductance using a handheld
meter. These measurements may occur in the field during sample collection or at the end of
the day from collected samples.
•EOA will review weather forecasts and will attempt to collect samples during or shortly after a
storm event that is forecast to deliver 0.4 inch over 24 hours. This rainfall threshold may be revised
based on forecast details. Field work typically cannot be conducted on Fridays or weekends due
to laboratory staff availability. To the extent possible, EOA will provide two field crews such that
all 16 sample locations can be sampled during a single storm event, with one crew collecting 8
samples in Gilroy and the other collecting 8 samples in unincorporated County and Morgan Hill.
Due to the unpredictable nature of storm events, it is possible that two EOA field crews will not be
available during the first likely storm event. In this case, EOA will sample sites in the most likely
storm path during the first storm event and will sample the remaining sites during a second storm
event.
o It is assumed that Gilroy and County/Morgan Hill will provide traffic control and
assistance opening manholes, if needed. Due to the unpredictable nature of storm event
monitoring, the Cities should understand that advance notice for these services is unlikely. If
City traffic control assistance is not available, alternative sample stations may be selected.
DocuSign Envelope ID: 3ED81282-839F-4C4D-A501-000452A753B5DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
Ms. Kristi Kisso, City of Gilroy
June 6, 2023
Page 5 of 6
F:\SS06\_Project Management\Gilroy\Gilroy FY 23-24 scope 6-5-23.docx
•EOA will conduct a preliminary review of the analytical results (including QA/QC check) and will
create preliminary maps (showing where samples were collected) and tables (listing results).
Results of this preliminary review will be submitted to the County and Cities via email. If
warranted, the email will recommend follow-up actions to be conducted by the County and Cities.
For example, if the data suggest that there is a sanitary sewer leak, EOA may suggest additional
mapping to identify proximity of sample locations within the MS4 to the sanitary sewer system
and/or CCTV to investigate pipe condition and illicit connections. Additional reporting will be
conducted under separate contract as part of the FY 2023/24 TMDL Status Report which must be
submitted to the Regional Water Board by each Permittee on October 15, 2024.
Cost: $19,900. This cost represents approximately one half of the cost estimated to implement the special
study and validate the data. The remaining costs will be paid through a separate contract with the County.
Schedule: Implementation to be determined. Submittal of a monitoring summary via email within one month
of receipt of laboratory data.
Task 5. Public Outreach Support Services
This task includes budget for EOA to purchase supplies that will support City public outreach efforts. City
staff will inform EOA of the required supply types, quantities, and providers. All purchases will be marked
up 10 percent, consistent with EOA’s 2023 Fee Schedule (attached).
Cost: $2,500
Schedule: To be determined
Task 6. Miscellaneous On-Call Services
This task includes time for EOA to provide project management related to this scope of services and
miscellaneous on-call tasks to assist Gilroy compliance with the Phase II Permit. For example, Gilroy may
ask EOA to participate in the Pajaro River TMDL work group, provide responses to RWQCB
communications, review drafts of the re-issued Phase II Permit (anticipated in FY 2023/24), and develop
new monitoring programs to comply with updated permit provisions. Details of this task will be developed
as needs arise. Tasks requested by Gilroy will be conducted as budget allows.
Cost: $6,300
Schedule: To be determined
DocuSign Envelope ID: 3ED81282-839F-4C4D-A501-000452A753B5DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
-1- 4835-2267-0361v1 LAC\04706083
EXHIBIT “C”
MILESTONE SCHEDULE
Payments will be made throughout the course of Fiscal Year 23/24 as services are rendered.
DocuSign Envelope ID: 3ED81282-839F-4C4D-A501-000452A753B5DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
4835-2267-0361v1 LAC\04706083
EXHIBIT “D”
PAYMENT SCHEDULE
DocuSign Envelope ID: 3ED81282-839F-4C4D-A501-000452A753B5DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
Ms. Kristi Kisso, City of Gilroy
June 6, 2023
Page 6 of 6
F:\SS06\_Project Management\Gilroy\Gilroy FY 23-24 scope 6-5-23.docx
COMPENSATION
Task Description Budget
1 WY 2023 Regional Bacteria Monitoring Report $10,100
2 FY 2022/23 TMDL Status Report $7,800
3 GIS Services $3,399
4 Implement WY 2024 Special Study $19,900
5 Public Outreach Support Services $2,500
6 Miscellaneous On-Call Services $6,300
TOTAL BUDGET $49,999
EOA will perform these services on a time and expense reimbursement basis, up to the above total budget
amount, according to the attached 2023 Fee Schedule, and will not exceed the total budget without prior
authorization by the City of Gilroy. To provide maximum flexibility, the budget will not be managed on a
task-by-task basis. Rather, cost savings realized in one task may be applied to other tasks, as needed.
EOA will invoice services on a time and expense reimbursement basis and submit monthly invoices to the
City. Payment shall be net 30 days. Reimbursable expenses will be billed at cost plus 10 percent.
Please contact Bonnie de Berry at 415-336-4458 if you have any questions.
Sincerely,
Ray Goebel, Vice President, EOA, Inc.
Attachments: EOA, Inc. 2023 Fee Schedule
DocuSign Envelope ID: 3ED81282-839F-4C4D-A501-000452A753B5DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
Environmental and Public Health Engineering
EOA 2023 FEE SCHEDULE
The following fee schedule covers personnel rates for EOA, Inc. staff.
Our charges are divided into two categories: personnel, and direct expenses. A new fee schedule is issued at the
beginning of each year. Charges for all work, except where other arrangements have been made, are based on the new
schedule of charges.
PERSONNEL
Personnel charges are for any technical, clerical or administrative work necessary to perform the project. Work tasks
include geologic and environmental consulting, engineering and computer services, regulatory liaison, and report
preparation. Personnel rates are as follows:
Personnel Category Hourly Rates
Principal………………………………………………………………………..... $311
Senior Managing Engineer/Scientist I………………………………………..…. $307
Managing Engineer/Scientist III……………………………………………...…. $303
Managing Engineer/Scientist II…………………………………………...…….. $285
Managing Engineer/Scientist I……………………………………………...…... $272
Senior Technical Specialist I………………………………………………….… $262
Senior Engineer/Scientist III – Project Leader………………………………..... $252
Senior Engineer/Scientist/Planner II…………………………………………..... $229
Senior Engineer/Scientist/Planner I…………………………….......................... $210
Associate Engineer/Scientist III ………………………………......................... $200
Associate Engineer/Scientist II…………………………………......................... $190
Associate Engineer/Scientist I……………………………………………..…… $161
Assistant Engineer/Scientist……………………………………......................... $146
Technician, Administrative Manager …..………………………………...…….. $126
Clerical/Computer Data Entry……………………………………………..…… $89
Charges for professional services are in increments of one quarter-hour. Depositions/legal testimony charged portal-to-
portal, at 200% of standard rates, with a four-hour minimum charge. In accordance with California Civil Procedure
2037.7, where applicable, the minimum fee must be paid prior to commencement of testimony. Preparation for court
cases is charged on a time-and-materials basis as outlined in this fee schedule.
DIRECT EXPENSES
Reimbursement for expenses directly related to services provided will be charged at cost plus 10%. Examples
of such direct expenses include:
• Costs of sub-consultants or subcontractors
• Costs of special fees (insurance, permits, etc.)
• Costs of copying, drafting, blueprints, etc. (EOA copies charged at $0.10 each for B&W, $0.35
each for color. Large format $0.15/sq ft for B&W, $0.50/sq ft for color)
• Costs of color map production supplies (color ink and large format paper)
• Costs or rental of special equipment. Daily use fees of monitoring equipment charged at the following rates:
- Single-parameter field meter - $10/day
- Multi-parameter field meter and sonde - $100/day
• Costs of authorized travel and related expenses
• Automobile mileage directly related to services, at current IRS rate.
INVOICES
Invoices are prepared and submitted on a monthly basis, as either final or progress billings and are payable
upon receipt unless prior arrangements have been made. Interest of 1-1/2% per month, or the maximum rate
allowed by law, is payable on accounts not paid within 30 days.
EOA, Inc. • 1410 Jackson Street • Oakland, CA 94612 • Tel: (510) 832-2852
DocuSign Envelope ID: 3ED81282-839F-4C4D-A501-000452A753B5DocuSign Envelope ID: 24FADD80-7C92-433E-AE1C-14EA2047CEDADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
This form is utilized to record three (3) price quotations for items or services under $100,000 and for Sole Source,
emergency purchase, or non-procurement of lowest quoted price explanations. This form is to be attached to the Purchase
Requisition and forwarded to Purchasing. Purchasing Coordinator will obtain City Administator approval when purchase
is over $50,000. Make sure you have the proper approval before a standard agreement is circulated/executed.
REQUISITION OR PURCHASE ORDER NUMBER
ITEM DESCRIPTION: For City compliance with the requirements of the City’s Phase II National Pollutant
Discharge Elimination System (NPDES) Stormwater Permit. This includes plans and studies required for compliance
PRICE QUOTATIONS
VENDOR NAME EOA, Inc. DATE CONTACTED 04/11/23
ADDRESS 1410 Jackson Street, Oakland, CA TELEPHONE
INDIVIDUAL CONTACTED Bonnie de Berry PRICE QUOTED
PRICE GOOD TO REMARKS Single-source agreement for NPDES Phase II Permit Compliance
CITY BUSINESS LICENSE #
VENDOR NAME N/A DATE CONTACTED
ADDRESS TELEPHONE
INDIVIDUAL CONTACTED PRICE QUOTED
PRICE GOOD TO REMARKS
CITY BUSINESS LICENSE #
VENDOR NAME N/A DATE CONTACTED
ADDRESS TELEPHONE
INDIVIDUAL CONTACTED PRICE QUOTED
PRICE GOOD TO REMARKS
CITY BUSINESS LICENSE #
Is product Environmentally Preferable Purchasing Policy (EPP) compliant?YES___NO__X__
If yes, explain:
(EPP Policy can be found G:\cityinfo\MISCINFO)
EXPLANATION (FOR SOLE or SINGLE SOURCE, EMERGENCY, OR NON-PROCUREMENT OF LOWEST QUOTED PRICE)
In 2019, the Water Board approved the Regional Water Monitoring Plan and Waste Allocation Attainment
Program (WAAP) developed by EOA, Inc. for Gilroy, Morgan Hill, and Santa Clara County for compliance with the
NPDES Phase II Stormwater Permit. These plans are included in Gilroy's NPDES Phase II Permit Support
Agreement with EOA, Inc. The regional plans developed by EOA, Inc. provides cost savings on a regional scale
between the three agencies to achieve Permit compliance. Additionally, EOA, Inc. proved to be the lowest qualifed
bidder for this work in the area. The County conducted an RFP for NPDES Phase II Permit Implementation Services
in January 2022 (RFP # eRFP-AEM-FY22-0138), with a notice of intent to award to EOA, Inc. for FY 2022-23.
Prepared by:Kristi Kisso DATE 06/13/23
Approved by:DATE
DEPARTMENT HEAD APPROVAL FOR PURCHASES BETWEEN $1,000 - $50,000
Approved by:DATE
PURCHASING SUMMARY FORM
$49,999
(415) 336-4458
DocuSign Envelope ID: 78FB30E2-743D-440A-8EAB-D4DBF401FC2A
6/19/2023
6/19/2023
DocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D
CITY ADMINISTRATOR APPROVAL FOR PURCHASES ABOVE $50,000
G:\CITYINFO\FORMS\PURCHSG\Purchasing Summary Form (3 Quotes).xls
DocuSign Envelope ID: 78FB30E2-743D-440A-8EAB-D4DBF401FC2ADocuSign Envelope ID: 6CB9E896-B30C-47C2-BB3C-A2C1B00B771D