Loading...
HomeMy WebLinkAboutContract - OMI (Jacobs) - Amended Contract No. 23SCR1196-13 - Expires: 6/30/27City of Gilroy Agreement/Contract Tracking Today’s Date: June 25, 2025 Your Name: Izabela Cirloganu Contract Type: Services over $5k - Contractor - ENG OR DESIGN Phone Number: X255 Contract Effective Date: (Date contract goes into effect) 7/1/2025 Contract Expiration Date: 6/30/2027 Contractor / Consultant Name: (if an individual’s name, format as last name, first name) Click here to enter text. OMI (Jacobs) Contract Subject: (no more than 100 characters) 13th Addendum to the Agreement for Operation, Maintenance, and Management Services for the Wastewater Treatment Facilities of the South County Regional Wastewater Authority Contract Amount: (Total Amount of contract. If no amount, leave blank) $24,293,811 (For 2 Years; $11,574,871 FY 26 and $12,718,940 for FY 27) 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 Department Head Risk Manager City Attorney Approval As to Form City Administrator (if needed) City Clerk Attestation Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 LeeAnn McPhillips Andy Faber Jimmy Forbis Bryce Atkins 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 sole 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: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 1,000,000 752140696 752140696 C/O Global Risk Management 555 South Flower Street, Suite 3200 SOUTH COUNTY REGIONAL WASTEWATER AUTHORITY 500,000 22667 1,000,000 43575 X LOCATION: Englewood, CO. RE: OPERATION, MAINTENANCE AND MANAGEMENT SERVICES FOR THE SOUTH COUNTY REGIONAL WASTEWATER 1-212-948-1306 X LIABILITY POLICIES AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT. Operations Management International, Inc. is a wholly AUTHORITY. THE CERTIFICATE HOLDER IS INCLUDED AS AN ADDITIONAL INSURED ON THE GENERAL LIABILITY AND AUTOMOBILE *THE TERMS, CONDITIONS, AND LIMITS PROVIDED UNDER THIS CERTIFICATE OF INSURANCE WILL NOT EXCEED OR BROADEN IN ANY WAY owned subsidiary of Jacobs Solutions Inc and is covered by all of Jacobs Solutions Inc.'s insurance policies. THE TERMS, CONDITIONS, AND LIMITS AGREED TO UNDER THE APPLICABLE CONTRACT.* USA 07/01/26 WCU C72792932 (OH)* OPERATIONS MANAGEMENT INTERNATIONAL, INC. WLR C72792919 (AOS) SCF C72792920 (WI) 07/01/25 1-212-948-1306 7,000,000 07/01/26 X nyumdo_newgalexy 10,000,000 X GILROY, CA 95020 633 W. Fifth Street 5,000CONTRACTUAL LIABILITY INDEMNITY INS CO OF NORTH AMER ACE AMER INS CO 10,000,000 7,000,000 07/01/25 07/01/25 07/01/25 ISA H11371504 X 07/01/25 Los Angeles, CA 90071 USA N A A B A HDO G48977145 2,000,000A 07/09/2025 07/01/26 07/01/26 X 1,000,000 LIC #0437153 7351 ROSANNA STREET Los Angeles, CA 90071 USA 07/01/26 CIRTS_Support@jacobs.com Marsh Risk & Insurance Services Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 SUPP (05/04) SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE NAME OF INSURED: Additional Description of Operations/Remarks from Page 1: Additional Information: *$2,000,000 SIR FOR STATE OF: OHIO OPERATIONS MANAGEMENT INTERNATIONAL, INC. 07/09/2025 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95                                     Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 1 THIRTEENTH ADDENDUM TO THE AGREEMENT FOR OPERATION, MAINTENANCE AND MANAGEMENT SERVICES FOR THE WASTEWATER TREATMENT FACILITIES OF THE SOUTH COUNTY REGIONAL WASTEWATER AUTHORITY This Thirteenth Addendum (“Thirteenth Addendum”) by and between the South County Regional Wastewater Authority (hereinafter “Authority”), and Operations Management, Inc., (hereinafter “OMI”) to the AGREEMENT FOR OPERATION, MAINTENANCE AND MANAGEMENT SERVICES FOR THE WASTEWATER TREATMENT FACILITIES OF THE SOUTH COUNTY REGIONAL WASTEWATER AUTHORITY dated July 1st, 2006 (“Agreement”) shall be considered effective upon execution. RECITALS WHEREAS, pursuant to Article 3.5 of the Agreement, the parties are required to negotiate an addendum to the Agreement which shall consist of the Direct Cost Budget and Indirect Costs, Overhead and Management Fee for the upcoming two-year period; and WHEREAS, this Thirteenth Addendum contains the Direct Cost Budget and Indirect Costs, Overhead and Management Fee for the fiscal year 2025–2026 and fiscal year 2026-2027 (commencing as of July 1, 2025) as negotiated by the parties. NOW THERFORE, in consideration of the foregoing recitals and the mutual conditions and covenants contained herein, Authority and OMI agree to this Thirteenth Addendum to the Agreement as follows: Docusign Envelope ID: D37078FD-BFC1-44F9-862E-0940D52D0433Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 2 1. Exhibit B, Section B.9 The current meter list in Section B.9 is deleted in its entirety and replaced as follows: Permit Name Meter ID# Location B&T Farms 904393 Valve Between Calpine and Gun Range B&T Farms (West) 994024-8 North field behind orchard C & E Farms #2 135163 Sheldon Rd. Calpine - Cogen 64897928 Cogen Calpine - Peaker 61767407 Behind energy plant in vault City of Gilroy - Christmas Hill Park 893178 CHP Softball field City of Gilroy - Christmas Hill Park 70020157 CHP Booster Pump Station City of Gilroy - Golf Course 84633020 next to road by the fence City of Gilroy - Police Range 60852362 Gilroy Shooting Range City of Gilroy - Sports Park 77132138 Gilroy Sports Park City of Gilroy #4 78255939 1798 Third Street City of Gilroy #5 79448993 1681 Third Street City of Gilroy #6 74814864 1502 Third Street City of Gilroy #7 74814912 7905 Cobblestone Court Eagle Ridge Golf Course 892545 Eagle Ridge Heartland Owners Association #1 78846906 1837 Rosemary Drive Heartland West Owners Association #8 55823473 2421 Grassland Way McCarthy Development - N 20240560-04 West side of Buildings North meter McCarthy Development - S 20240559-04 West side of buildings South meter McCarthy Park - NE 65660171 NORTH OF BRIDGE (Northeast) McCarthy Park - NW 64308108 NORTH OF BRIDGE (Northwest) Meritage Homes #10 70762884 2384 Third Street Meritage Homes #11 56112185 2973 Grassland Way Meritage Homes #12 7076285 2670 Grassland Way Meritage Homes #2 78293084 1771 Third Street Meritage Homes #3 78846903 1796 Third Street Docusign Envelope ID: D37078FD-BFC1-44F9-862E-0940D52D0433Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 3 Meritage Homes #9 57915438 2382 Third Street San Felipe Farms 862840 closed with blind flange San Felipe Farms 134051 Next to plant's fence San Felipe Farms 78334101 East Turnout San Felipe Farms 20091455-08 West Turnout San Felipe Farms 21-08616-08 Far West Turnout San Felipe Farms 135116 South Turnout San Felipe Farms 135711 Far South Turnout San Felipe Farms 135164 Sheldon Rd. Standard Pacific Homes - Glen Loma 78367341 Club Drive East of Santa Teresa United Natural Foods - SE 66435007 SOUTH OF BRIDGE United Natural Foods - SW 66435006 SOUTH OF BRIDGE 2. Exhibit B, Section B.11 (8) “City of Gilroy Quarterly Report. OMI shall provide and submit a City of Gilroy Utilities Department Quarterly Report to the Authority within fifteen (15) days after the end of each fiscal quarter.” 3. Exhibit C Section C.2 – Design Limitations to Exhibit C – Permits and Project Conditions is hereby deleted and replaced in its entirety with the following: The following influent wastewater characteristics are considered the plant operational limits: Extended Aeration Membrane Bioreactor Average dry weather flow: 8.5 MGD 2.5 MGD Biochemical oxygen demand (5-day), design maximum 18,635 lbs./day 8,600 lbs./day Total suspended solids, design maximum 20,947 lbs./day 6,900 lbs./day Docusign Envelope ID: D37078FD-BFC1-44F9-862E-0940D52D0433Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 4 4. Exhibit D, Section D.1 Section D.1 of Exhibit D is deleted in its entirety and replaced as follows: D.1 Fiscal Year 2025 – 2026 and 2026 – 2027 Budget 7. Exhibit D, Section D.1 Section D.1 of Exhibit D is deleted in its entirety and replaced as follows: D.1 Fiscal Year 2025 - 2026 Budget A. DIRECT COST 1. Labor and Benefits 1A. Prevailing Wage 2. Utilities 3. Chemicals 4. Fuels and Lubricants 5. Outside Services 6. Laboratory Supplies 7. Repairs, Inc. Outside Repair Svcs. 8. Equipment Rental 9. Maintenance Supplies 10. Office Supplies and Support 11. Roads, Levees, and Fences Total B. INDIRECT COST, OVERHEAD & MGT. FEE C. BASELINE COST (A&B) D. ELECTRICAL E. Valley Water E. SOLIDS HANDLING & TRANSPORTATION F. ANNUAL BUDGET (C+D+E+F) The budget is based on the following characteristics Flow, Million Gallons per Day: 6.431 Biochemical Oxygen Demand, Lbs./day: 18,744 Total Suspended Solids, Lbs./day: 19,954 Flow and Loadings values were based on the average for 2019,2020,2021,2022, and 2023 calendar years. Fiscal Years 2025-2026 2026-2027 $ 3,052,369 $ 3,365,231 $ 391,906 $ 433,690 $ 88,615 $ 95,261 $ 477,996 $ 522,190 $ 69,842 $ 42,780 $ 391,586 $ 430,745 $ 191,981 $ 201,580 $ 767,338 $ 844,072 $ 37,870 $ 39,763 $ 310,238 $ 341,262 $ 220,437 $ 231,459 $ 73,204 $ 76,864 $ 6,073,380 $ 6,624,895 $ 1,118,663 $ 1,152,223 $ 7,192,043 $ 7,777,118 $ 2,434,522 $ 2,901,051 $ 99,000 $ 99,000 $ 1,849,306 $ 1,941,771 $ 11,574,871 $ 12,718,940 Docusign Envelope ID: D37078FD-BFC1-44F9-862E-0940D52D0433Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 5 5. Exhibit E Exhibit E is deleted in its entirety and replaced with the following: EXHIBIT E - VEHICLE AND ROLLING STOCK Asset Name Serial Condition Diesel Fuel Oil Tanker -848 13627 Good 1999 John Deere Tractor w Tiger Boom -4903 L06310P235677 Fair 2007 Tiger Rear Flail Mower TRF102-1623 Good 1998 Wilcox Three PT Hitch Ripper -8801 4467 Good 2009 Wilcox Three PT Hitch Ripper-8902 5069 Good Rmc Three Prong Ripper with Drawbar -8802 NA Fair 1996 Cat Tractor challenger 65D -4604 2ZJ2357 Good 2008 Cat Tractor Challenger MT835B-4801 AGCC0835JNTGG1002 Good 2005 Rome Disk harrow 2250-37-4503 114 Good 1990 Domeries Disk Harrow -8002 E-12039 Good 2020 John Deere Skid Steer 1T0333GMKLF387874 Good 2020 Eterra Sidewinder Side Boom Mower SW-36-10062 Good 2020 Rears Brush Hound Mower RH20133N-84FH Good Godwin Pump 1162237 Good 2002 Komatsu Forklift 5585894A Good 2020 CAT Fork Lift AT13G04355 Good 2016 Ditchwitch Vacuum Trailer T22S IDSB202Z6G1702631 Good 2020 Gearmore model G703-F G703F092101466B Good 2008 Ford F250 Service Truck -2809 IFDNF20598EC31811 Good 2012 Ford F550 Crane Truck 0110 IFDUF5GT9CEA66949 Good 2012 Ford F550 Crane truck -2111 IFDUF5GT7CEA66948 Good 2014 Ford F250 4X4 Crew Cab -2413 IFT7W2B63EE47242 Good 2017 Ford F450 Boom Truck IFDUF4GY9HDA09847 Good 2017 Polaris RZSR Ranger crew 4XARVA871H0027650 Good 2018 Ford F250 Truck 2816 IFt7X2A67JEB23341 Good 2019 Ford F250 truck-2915 IFD7X2A63KED56369 Good 2020 Ford F250 Super Duty 4x4 1FTBF2 85 5LE848164 Good 2022 Ford F350 1FDRF3G6XNEG15310 New 2023 Toyota Tacoma 3TYSX5EN3PT017697 New 2024 Toyota Tocoma 3TMLB5JN8RM076719 New 1994 Ford Ranger Truck -2405 IFTCRIOU7RPA92921 Retired 1999 6-in Portable Pump GRT6A3 1162237 Retired 2001 Chevy 4X4 Truck 3500 -2006 IGCHK24U31E261309 Retired 2002 Gem Electric cart -7201 5ASAK27422F023925 Retired 2007 Gem Electric Cart -7703 5ASAK274 87F042986 Retired 2009 Ford Ranger Truck -2912 IFTYRIODX9PA08354 Retired 2009 Ford Ranger Truck -2913 IFTYRIOD19PA08355 Retired 2006 Ford Half Ton Truck-2609 IFTRF12296NB74140 Retired Docusign Envelope ID: D37078FD-BFC1-44F9-862E-0940D52D0433Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 6 2000 Chevy 3500 Service Truck -2005 IGBGC34R6YR230931 Retired 1972 Cat Tractor D6-4207 908635 Retired 2022 Carryall 500 ME2313-392055 New Pak Flail Mower F20 057 F20-057 Good Pipe Trailer NA Rebuilt/Good 2009 Generator Trailer 5SLBG18209L004426 Good 2020 John Deere Blade DB96 1T0DB96XEL0001232 Good 2008 Car hauler trailer 5FTTH162691033392 Good 2016 TICO Prospotter dot yard goat IT9TSDA88GR825447 Good PAV 1FMZK1YM7JKA79117 Good Tele-handler 6TH1015E-10548 Good Sweco DS10-018 Good United Rentals (Blue) trailer 58CB1DB22JC003473 Good 6. General Provisions A. This Thirteenth Addendum shall be binding upon and inure to the benefit of the parties hereto and their successors and assigns. B. Except as modified herby, the terms and provisions of the Agreement shall remain unmodified and in full force and effect. C. Capitalized terms not otherwise defined herein shall have the same meaning as set forth in the Agreement. D. In case of any conflict between any term or provision of this Thirteenth Addendum and any term of provision of the Agreement, the term or provision of this Thirteenth Addendum shall govern. E. This Thirteenth Addendum shall be deemed to be made in, and construed in accordance with, the laws of the State of California. In the event suit is brought by either party hereunder, the Parties agree that venue for such action shall be vested in the state courts of California in the County of Santa Clara or in the United States District court in the Northern District of California. F. This Thirteenth Addendum may be executed in one or more counterparts, each of which shall be deemed an original, but all of which when taken together shall constitute one agreement. Docusign Envelope ID: D37078FD-BFC1-44F9-862E-0940D52D0433Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 7 IN WITNESS WHEREOF, this Thirteenth Addendum has been executed as of the date set forth below. OMI Authority Operations Management International, Inc. South County Regional Wastewater Authority By: By: Name: Paul Rheault Name: Jimmy Forbis Title: Vice President – OMF West Title: Authority Manager Date: Date: Approved as to Form By: Name: Andrew L. Faber Title: Authority Attorney Date: Attest By: Name: Bryce Atkins Title: Interim City Clerk Date: Docusign Envelope ID: D37078FD-BFC1-44F9-862E-0940D52D0433 6/25/2025 Docusign Envelope ID: CA2F76AE-74B5-4D46-8D47-00D24A06CD95 7/14/2025 7/14/2025 Bryce Atkins 7/15/2025