Loading...
HomeMy WebLinkAboutCarollo Engineers Inc. First Amendment to Agreement 11-27-23 1 FIRST AMENDMENT TO AGREEMENT THIS FIRST AMENDMENT TO AGREEMENT (Amendment) made and entered into as of this ______ day of _______________, 2023, (Effective Date) amends the Agreement entered into between the CITY OF FRESNO, a California municipal corporation (City), and Carollo Engineers Inc., a Delaware Corporation (Consultant). RECITALS WHEREAS, City and Consultant entered into a Consultant Services Agreement on May 31, 2023, (Agreement) to provide professional engineering services for the Downtown Area Water and Wastewater Infrastructure Improvement Study (Project); and WHEREAS, the City and the Consultant now desire to expand the scope of services to include design, bidding support, and construction support services related to the Project; and WHEREAS, the expanded scope of services will also require an increase in Consultant’s compensation, as well as an increase in contingency, increasing the total fee by $2,000,406 for an increased total fee not to exceed $2,737,279 and increasing the contingency by $300,000 for an increased contingency amount not to exceed $374,000; and WHEREAS, with entry into this Agreement, the Consultant agrees the Consultant has no claim, demand, or dispute against the City. AGREEMENT NOW, THEREFORE, the City and the Consultant agree that the aforesaid Agreement be amended as follows: 1. Exhibit A of the Agreement is amended to expand the scope of services as indicated in Exhibit A2 attached hereto and incorporated herein by reference. 2. Section 3(a) of the Agreement amended in its entirety to read as follows: “(a) The Consultant’s sole compensation for satisfactory performance of all services required or rendered pursuant to this Agreement shall be a total fee not exceed $2,737,279 (Two-million, Seven-hundred thirty-seven Thousand, Two-hundred Seventy-nine Dollars) paid on a time and materials basis in accordance with the schedule of fees contained in Exhibit A, and a contingency amount not to exceed $374,000 (Three-hundred Seventy- four Thousand Dollars) for any additional work rendered pursuant to Subsection (c) below and authorized in writing by the Director.” 3. Except as otherwise provided herein, the Agreement entered into by the City and the Consultant on May 31, 2023, remains in full force and effect. [SIGNATURES FOLLOW ON THE NEXT PAGE.] DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 November 27th 2 IN WITNESS WHEREOF, the City and the Consultant have executed this Amendment at Fresno, California, the day and year first above written. CITY OF FRESNO, a California municipal corporation By: Brock D. Buche, PE, PLS Director of Public Utilities APPROVED AS TO FORM: ANDREW JANZ City Attorney By: Jennifer M. Quintanilla Date Senior Deputy City Attorney ATTEST: TODD STERMER, CMC City Clerk By: Date Deputy Carollo Engineers, Inc., a Delaware Corporation By: Name: Title: (If corporation or LLC, Board Chair, Pres. or Vice Pres.) By: Name: Title: (If corporation or LLC, CFO, Treasurer, Secretary or Assistant Secretary) Attachment: Exhibit A2 – Expanded Scope of Services DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 Paul Amico 9/29/2023 Vice President Michael Barnes 9/29/2023 Secretary 9/29/2023 11/27/2023 Tina M Your 11/27/2023 Exhibit A2 Page 1 of 9 EXPANDED SCOPE OF SERVICES Consultant Service Agreement between City of Fresno (City) and Carollo Engineers, Inc., a Delaware Corporation (Consultant) Downtown Area Water and Wastewater Infrastructure Improvements Study The expanded scope of services are in addition to those in the original agreement, with effective date of May 31, 2023, and are necessary for development of construction documents and construction awards in response to the recent City receipt of California Department of Housing and Community Development Infill Infrastructure Grant Catalytics Program (IIGC) and State General Funding. Amendment No. 1 Understanding The City requests that Carollo expedite planning and design of both the water and sewer infrastructure within the on-going Phase I feasibility study area to encumber construction and soft cost by the end of this current 2023-2024 fiscal year. This scope of work describes three additional task orders, with their respective sub tasks, for the expedited design of the water and sewer improvements within the Phase I boundary of the project. • Task 10 includes water and sewer design of the improvements identified in the Phase I study area per tasks 2 – 5 of the original contract scope of work. As of 9/20/2023, the improvements have yet to be identified. This work is expected to be funded by the earmarked State Budget consisting of $10 million for each water and wastewater improvements. • Task 11 includes the water and sewer design of the improvements provided by the City as shown in Exhibits 1 and 2 attached to this scope of work document. This work is expected to be funded by the IIGC grant. • Task 12 provides CEQA Environmental Permitting support to be completed by Carollo’s Subconsultant Rincon Consultants. The construction of these projects must fall within Fiscal Year 2023-2024 and the design needs to be completed no later than April 10th, 2024, to allow time for project bidding, purchasing administration, and council award before the June 6th, 2024 council meeting. It should be noted that several of the projects to be delivered under this State funding have not been identified at this time. Carollo is working with the City to model the wastewater collection system and water distribution system improvements to identify the necessary projects. To achieve the timeline identified above, the projects need to be identified by the City and Carollo by October 30, 2023. Assumptions associated with each task are listed at the end of each respective task section. As the project water and sewer improvements are further identified in tasks 2-5, Carollo will provide a revised scope and fee reflecting the actual work to be completed. As stated, the water and sewer improvements have not been identified, therefore the task 11 scope items are based on the Carollo’s best assessment on an anticipated scope of work. DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 Exhibit A2 Page 2 of 9 Task 10 Water and Sewer Design of the State Funded Phase 1 Improvements The water and sewer improvements to be funded by the State budget have not yet been identified and are expected to be based on the Phase I findings identified in Tasks 2 through 5 of the original Feasibility Study contract. Given the expedited schedule, the following scope of work is included in Task 10. Carollo will prepare 30% conceptual design submittals for acceptance by City of Fresno and then the plans shall be directly progressed to a 60% and 90% deliverable. Carollo will incorporate 30%, 60%, and 90% design comments and with the expectation that the 100% plans will be the bid set with no further review by the City. Carollo will develop the project technical specifications, as necessary in conjunction with the referenced City standard specifications and drawings. It is expected that the project will utilize the City standard contract document (front ends) sections 1 through 6. Carollo will review the front-end documents developed by the City of Fresno. Task 1 0.1 Water and Sewer Pipeline Improvements Construction Document Development (30%) Preparation of 30% conceptual design submittal includes a plan-view alignment and a profile of major design intersections or conflicts that need discussion and coordination with the City. The 30% deliverable will include topographic and utility basemap from Tasks 10.6 and 10.7The 30% design deliverable specifications will include an anticipated table of contents of Carollo technical specifications necessary for the project. Task 1 0.2 Water and Sewer Construction Document Development (60%) Upon completion of City review of the 30% deliverable package, Carollo will incorporate comments received from City into a matrix and respond accordingly in preparation for the 60% design deliverable. The 60% design deliverable will include a full plan and profile design of the water and sewer alignments and all the necessary details associated with the design. The 60% design deliverable specifications will include a completed draft of the City’s front ends and complete Carollo Technical Specifications for review by City staff. Task 1 0.3 Water and Sewer Construction Document Development (90%) Upon completion of City review of the 60% deliverable package, Carollo will incorporate comments received from City into a matrix and respond accordingly in preparation for the 90% design deliverable. The 90% design deliverable will include the plan and profile design of the water and sewer alignments and all the necessary details associated with the design. The 90% design deliverable specifications will include a completed draft of the City’s front ends and complete Carollo Technical Specifications for review by City staff. DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 Exhibit A2 Page 3 of 9 Task 1 0.4 Water and Sewer Construction Document Development (100%) Upon completion of City review of the 90% deliverable package, Carollo will incorporate comments received from City into a matrix and respond accordingly in preparation for the 100% design deliverable. Carollo will revise the deliverable as necessary and send the final construction package to the City for bid advertisement. Carollo will meet with the City to go through received comments from the 90% submittal package and achieve final concurrence to progress the plans to 100% (bidset). Task 1 0.5 Bidding Support Carollo will provide bidding support to City staff during the bidding period. This work includes answering questions from potential contractors, developing bid package addenda, attending the pre-bid conference and providing a bid evaluation of the received contractor bid packages. Task 1 0.6 Geotechnical Carollo will subcontract with BSK & Associates (BSK) to perform the geotechnical field evaluation and report. Carollo will recommend locations for geotechnical field evaluation. The locations for exploratory borings will be based on the proposed project alignments. BSK will obtain all City of Fresno encroachment permits for the geotechnical investigations and will restore sites as required by the City and perform laboratory testing to evaluate the properties of the site soils. The geotechnical report will include the following:  Geotechnical Recommendations Report: » Summarizes the findings and subsurface site conditions using data obtained from field evaluation and laboratory testing. The report will include: » Site plan showing exploratory boring locations. » Log of exploratory borings, including visual soil classification, depth to groundwater, and existing pavement thickness. » Laboratory test results. » Provide engineering recommendations for replacement sewers and laterals using the data described in the Geotechnical Data Report. Task 1 0.7 Survey and Utility Investigation A complete topographic survey will be completed by Carollo’s subconsultant for the Project, Blair, Church, & Flynn Consulting Engineers (BCF). The survey will obtain rim and invert elevations of sanitary sewer and storm drain manholes, clean-out lids, utility valve covers, meter covers, utility boxes, hydrants, surface evidence of underground utilities (e.g., trenches or markouts), curb and gutter lines, edges of sidewalks, and other prominent features that may impact design. The survey will be tied horizontally to the North America Datum of 1983 (NAD83) and vertically to the City of Fresno Benchmark system or using NGVD29 Datum (U.S.G.S Datum). Right-of-way lines will be based on a combination of record data and any monuments collected during topographic surveying. The right- of-way lines to be included in the survey will be considered approximate only. DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 Exhibit A2 Page 4 of 9 BCF will also complete the utility investigation within the area and provide an approximate location of existing known utilities along the alignment and within the survey boundaries. Task 1 0.8 Engineering Services During Construction This task is a placeholder for engineering services during construction. Once the water and sewer improvements are further defined, this task will be updated with a detailed scope of work. No hours are associated with this task at this time. Task 1 0.9 Project Management, Administration and Controls This task includes the project administration for the management of the Amendment 1 scope of work. Tasks include regular billing administration, progress report development, managing budget, and invoice preparation. Additionally, this task includes four extra meetings associated with internal design coordination, internal discussions among Carollo design staff, or other meetings necessary to progress the project. Task 1 0.10 Additional Meetings This task includes an additional six project meetings with the larger project team and the City of Fresno Staff to discuss project design development, coordinate with City consultants for other projects currently in progress (e.g. Akel Engineering Group), and potential future development conflicts. Additionally this task includes design review workshops at each deliverable for the 30%, 60%, and 90% deliverables. Task 10 Deliverables • Full-Size PDF and four full size hard copies of the 30% design plans. • 30% construction cost estimate (Level 4 estimate). • 30% Comment response matrix • Full-Size PDF and four hard copies of the 60% design plans. • 60% construction cost estimate (Level 3 estimate). • 60% Comment response matrix • Full-Size PDF and four hard copies of the 90% design plans. • 90% construction cost estimate (Level 1 estimate). • 90% comment response matrix • 100% (bid set) design plans. • Geotechnical Report Draft and Final • Meeting Agendas and Minutes Task 10 Assumptions • Once the water and sewer improvements have been further identified, Carollo will provide a revised scope and fee to reflect the scope of work for the actual improvements to be made. • Fee assumptions assumed 30 plan and profile sheets, 7 specific detail sheets and 3 general sheets. DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 Exhibit A2 Page 5 of 9 • Topographic survey and geotechnical budgetary place holders assume approximately 10,000 linear feet of improvements each both water and sewer improvements for a grand total of 20,000 linear feet of improvements. • CAD Design will follow the City of Fresno Standard drawings standards. • Water and Sewer improvements will be identified in Tasks 2 through 5 of the original Feasibility Study contract. Carollo will identify the water system improvements and will Coordinate with the City’s Collection System Mater Plan Update consultant for the sewer improvements. • It is assumed the City of Fresno reviews for the 30% and the 60% will be internal reviews within Department of Public Utilities. The 90% review will be sent to Construction Management and Public Works only. The 100% (bidset) will not be re-sent to Construction Management and Public Works for concurrence. • Scope and Fee for the Task 10.6 and 10.7 is based on the same assumptions of the design scope and fee. Task 1 1 Water and Sewer Design of the IIGC Grant Improvements This task includes final design of the water and sewer facilities as shown in Exhibits 1 and 2. Given the expedited schedule, the following scope of work is included in Task 11. Carollo will oversee their subconsultant Blair, Church & Flynn (BCF) and BCF will prepare 30% conceptual design submittal for acceptance by City of Fresno and then the plans shall be directly progressed to a 60% and 90% deliverables. Carollo will incorporate 60% and 90% design comments and with the expectation that the 100% plans will be the bid set with no further review by the City. Similar to task 10, the 30 and 60% design submittals are assumed to be only reviewed by the Department of Public Utilities, with the 90% to be submitted to both Public Works and Construction Management for full review. Carollo will verify the pipeline diameters shown on Exhibits 1 and 2 using the City’s Water System Hydraulic Model and Coordinating with the City’s consultant currently working on the Collection System Master Plan (Akel Engineering Group). BCF will develop the project technical specifications, as necessary in conjunction with the referenced City standard specifications and drawings. It is expected that the project will utilize the City standard contract document (front ends) sections 1 through 6. BCF will provide support completion of the front-end documents with final completion of the contract documents to be by City of Fresno. Upon refinement of the construction cost estimates for the water and sewer improvements identified in Exhibits 1 and 2, if IIG funds become available, Carollo and BCF will provide a Scope and Fee to the City to provide design services for additional water and sewer construction to be funded by the IIG. Task 1 1.1 Water and Sewer Construction Document Development (30%) This task is for Carollo to validate the pipeline sizes in Exhibits 1 and 2 using the City’s water system hydraulic model as well as for performing design oversight and coordination during BCF preparation of construction documents. BCF preparation of 30% conceptual design submittal including a plan-view alignment and a profile of major design intersections or conflicts that need discussion and coordination with the City. The 30% deliverable DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 Exhibit A2 Page 6 of 9 will include topographic and utility base map from Tasks 11.6 and 11.7 inclusive of specifications with anticipated table of contents of BCF’s technical specifications necessary for the project. Task 1 1.2 Water and Sewer Construction Document Development (60%) This task is to coordinate with BCF, oversee the design, and assist in comments from the City and other agencies involved in the project. Upon completion of City review of the 30% deliverable package, BCF will incorporate comments received from City into a matrix and respond accordingly in preparation for the 60% design deliverable. The 60% design deliverable will include a full plan and profile design of the water and sewer alignments and all the necessary details associated with the design. The 60% design deliverable specifications will include a completed draft of the City’s front ends and complete BCF’s Technical Specifications for review by City staff. Task 1 1.3 Water and Sewer Construction Document Development (90%) The level of effort in this task is to coordinate with BCF, oversee the design, and assist in comments from the City and other agencies involved in the project. Upon completion of City review of the 60% deliverable package, BCF will incorporate comments received from City into a matrix and respond accordingly in preparation for the 90% design deliverable. The 90% design deliverable will include the plan and profile design of the water and sewer alignments and all the necessary details associated with the design. The 90% design deliverable specifications will include a completed draft of the City’s front ends and complete BCF Technical Specifications for review by City staff. Task 1 1.4 Water and Sewer Construction Document Development (100%) This task is to coordinate with BCF, oversee the design, and assist in comments from the City and other agencies involved in the project. Upon completion of City review of the 90% deliverable package, BCF will incorporate comments received from City into a matrix and respond accordingly in preparation for the 100% design deliverable. BCF will revise the deliverable as necessary and send the final construction package to the City for bid advertisement. BCF will meet with the City to go through received comments from the 90% submittal package and achieve final concurrence to progress the plans to 100% (bidset). Task 1 1.5 Bidding Support Carollo will provide bidding support to City staff during the bidding period. This work includes answering questions from potential contractors, developing bid package addenda, attending the pre-bid conference and providing a bid evaluation of the received contractor bid packages. Task 1 1.6 Geotechnical Carollo will subcontract with BSK & Associates (BSK) to perform the geotechnical field evaluation and report. Carollo will recommend locations for geotechnical field evaluation. The locations for exploratory borings will be based on the proposed project alignments that have been identified in Exhibits 1 and 2. BSK will obtain all City of Fresno encroachment permits for the geotechnical investigations and will restore DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 Exhibit A2 Page 7 of 9 sites as required by the City and perform laboratory testing to evaluate the properties of the site soils. The geotechnical report will include the following:  Geotechnical Recommendations Report: » Summarizes the findings and subsurface site conditions using data obtained from field evaluation and laboratory testing. The report will include: » Site plan showing exploratory boring locations. » Log of exploratory borings, including visual soil classification, depth to groundwater, and existing pavement thickness. » Laboratory test results. » Provide engineering recommendations for replacement sewers and laterals using the data described in the Geotechnical Data Report. » Draft and Final Geotechnical Report to be performed by BSK with six bore hold locations 15 feet deep. Task 1 1.7 Survey and Utility Investigation A complete topographic survey of the Exhibits 1 and 2 alignments will be completed by Carollo’s subconsultant for the Project, Blair, Church, & Flynn Consulting Engineers (BCF). The survey will obtain rim and invert elevations of sanitary sewer and storm drain manholes, clean-out lids, utility valve covers, meter covers, utility boxes, hydrants, surface evidence of underground utilities (e.g., trenches or markouts), curb and gutter lines, edges of sidewalks, and other prominent features that may impact design. The survey will be tied horizontally to the North America Datum of 1983 (NAD83) and vertically to the City of Fresno Benchmark system or using NGVD29 Datum (U.S.G.S Datum). Right-of-way lines will be based on a combination of record data and any monuments collected during topographic surveying. The right- of-way lines to be included in the survey will be considered approximate only. BCF will also complete the utility investigation within the area and provide an approximate location of existing known utilities along the alignment and within the survey boundaries. 11.8 Engineering Services During Construction This task is a placeholder for engineering services during construction. Once the water and sewer improvements are further defined, this task will be updated with a detailed scope of work. There are no hours associated with this task at this time. 11.9 Project Management Administration and Controls This task includes the project administration for the management of the Amendment 1 scope of work. Tasks include regular billing administration, progress report development, managing budget, and invoice preparation. Additionally, this task includes four extra meetings associated with internal design coordination with BCF. DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 Exhibit A2 Page 8 of 9 11.10 Additional Design Progress Meetings This task includes an additional six project meetings with the larger project team and the City of Fresno Staff to discuss project design development, coordinate with City consultants for other projects currently in progress, and potential future development conflicts. Additionally, this task includes design review workshops at each deliverable for the 30%, 60%, and 90% deliverables. Task 11 Deliverables • Full-Size PDF and four full size hard copies of the 30% design plans. • 30% construction cost estimate (Level 4 estimate). • 30% Comment response matrix • Full-Size PDF and four hard copies of the 60% design plans. • 60% construction cost estimate (Level 3 estimate). • 60% Comment response matrix • Full-Size PDF and four hard copies of the 90% design plans. • 90% construction cost estimate (Level 1 estimate). • 90% comment response matrix • 100% (bid set) design plans. • Meeting agendas and minutes Task 11 Assumptions • All design, estimates, and specifications will be done by Blair, Church, and Flynn per City of Fresno Standards. • Blair, Church & Flynn will perform topographic survey and utility investigation. • All encroachment permit fees for geotechnical investigation and topographic survey will be waived. • Carollo would validate the water system improvements using the City’s existing water system hydraulic model. • Carollo would coordinate with the City’s Collection System Model Update consultant to validate the sewer system improvements. • It is assumed the City of Fresno reviews for the 30% and the 60% will be internal reviews within Department of Public Utilities. The 90% review will be sent to Construction Management and Public Works only. The 100% (bidset) will not be re-sent to Construction Management and Public Works for concurrence. Task 12 CEQA Support for Water and Sewer Improvements This task includes the CEQA environmental support by Carollo’s Subconsultant Rincon Environmental to perform all necessary permitting work through the CEQA process associated with this process. Carollo will include time to support Rincon as necessary, but assume Rincon will be the lead consultant for this effort. Currently, as of 9/20/2023, the water and sewer improvements are not identified therefore, the scope and fee developed by Rincon is simply a placeholder for budgetary purposes. DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 Exhibit A2 Page 9 of 9 Task 12 Assumptions • 20,000 linear feet of water and sewer improvements are to be completed for Rincon to use in their Environmental permitting effort. When these improvements are further identified, a revised scope and fee will be provided by Rincon. DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 Legend Water Mains by Diameter --6" and Smaller --8" -12" -14" and Larger � Site LocationfZZI HSR Station IIGS Potential Sites -Proposed 12" Water Main(Approx. 5,423 LF) -Proposed 16" Water Main(Approx. 2,831 LF) [=:J Proposed 24" Water Main(Approx. 5,781 LF) Potential Dwelling Units A.CVS, Fresno Housing (457 Units) building and Lot 2 B.Helm Building (95 Units) C.JC Penny's Building (100 Units) D.Former Berkeley Building E.Gottschalks (75 Units) F.Surface Parking Lot 6 {99 Units) G.Grizzlies Surface Parking (293 Units) H. I. Lot and city warehouse Bing Kong Building and (40 Units) neighboring lot Peacock Building (30 Units) Water Mains by Diameter City of Fresno Department of Public Utilities Exhibit 1 - Project Area Proposed Water Mains -- DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 6 2 4 242 4 24242424 242 4 12 1 8 6 1 8 188 8 1 0 6 6 6 630303014 8 12 2 4 2 4 6 2 7 1 2 1 2 121 2 30 88422 418 8 6 6 1 0 218 1 0 6 6 1 0 8 8 8 6 8 181 8 6 6301 4 1 4 1 4 8 8 1 0 6 1 0 1 0 8 1 0 1 0 6 2 1 2 1 1 0 8 88 8 1 010 10640401 0 1 2 126 1 0 106 61 0 1 0 1010101 0 1 0 8 8403681012122 7 2 7 2 7 278 8 6 886 6 18106 12181833336 8 881616166 6 1 0 6 6 1 0 66 6 6 6 6 6 6 6 1 2 8888 6 181818815 1515221212121818246 8 6 8 1 2 8 8 8 8 8 8 8 6 6 6 1 0 1 0 1 0 1 0 8 8 8 8 6 6 8 6 6 6 6 6 6 6 8 1 0 1 0 6 6 6 6 6 6 1 0 8 6 8 8 2 7 820 8181 0 627 612 8 8 1 0 1 0 8 8 1 0 1 0 1 0 1 0 1 0 2 2 2 2 2 2 22221 0 8 1 0 8 1 2 8 8 8 8 ¯0 500 1,000250Feet Legend Sewer Mains by Diameter 10" and Smaller 12"- 24" 26" and Larger Sewer Main Flow Direction Manholes Site Location HSR Station Proposed 12" Sewer Main (Approx. 1,779 LF) Proposed 18" Sewer Main (Approx. 863 LF) Proposed 24" Sewer Main (Approx. 2,581 LF) City of Fresno Department of Public Utilities Sanitary Sewer Mains by Diameter Exhibit 2 - Project Area Proposed Sewer Mains -t • _. .... l:;:I --- DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) -1- AGREEMENT CITY OF FRESNO, CALIFORNIA CONSULTANT SERVICES This Agreement (Agreement) is made and entered into effective ________________________, by and between the CITY OF FRESNO, a California municipal corporation (City), and Carollo Engineers, Inc., a Delaware Corporation (Consultant). RECITALS WHEREAS, the City desires to obtain professional engineering services for the Downtown Area Water and Wastewater Instrastructure Improvement Study (Project); and WHEREAS, the Consultant is engaged in the business of furnishing services as a Civil Engineer and hereby represents that it desires to and is professionally and legally capable of performing the services called for by this Agreement; and WHEREAS, the Consultant acknowledges that this Agreement is subject to the requirements of Fresno Municipal Code Section 4-107 and Administrative Order No. 619; and WHEREAS, this Agreement will be administered for the City by its Director of Public Utilities (Director) or designee. AGREEMENT NOW, THEREFORE, in consideration of the foregoing and of the covenants, conditions, and promises hereinafter contained to be kept and performed by the respective parties, it is mutually agreed as follows: 1. Scope of Services. The Consultant shall perform to the satisfaction of the City the services described in Exhibit A, including all work incidental to, or necessary to perform, such services even though not specifically described in Exhibit A. 2. Term of Agreement and Time for Performance. This Agreement shall be effective from the date first set forth above and shall continue in full force and effect through the earlier of complete rendition of the services hereunder or June 30, 2025, subject to any earlier termination in accordance with this Agreement. The services of the Consultant as described in Exhibit A are to commence upon the City’s issuance of a written “Notice to Proceed.” Work shall be undertaken and completed in a sequence assuring expeditious completion, but in any event, all such services shall be completed within 760 (Seven Hundred Sixty) consecutive calendar days from such authorization to proceed. 3. Compensation. (a) The Consultant’s sole compensation for satisfactory performance of all services required or rendered pursuant to this Agreement shall be a total fee not to exceed $736,873.00 (Seven Hundred Thirty-Six Thousand, Eight Hundred Seventy- Three Dollars, paid on a time and materials basis in accordance with the schedule of fees contained in Exhibit A, and a contingency amount not to exceed $74,000 (Seventy-Four Thousand Dollars) for any additional work rendered pursuant to Subsection (c) below and authorized in writing by the Director. DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279D 5/31/23 DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) -2- (b) Detailed statements shall be rendered monthly and will be payable in the normal course of City business. The City shall not be obligated to reimburse any expense for which it has not received a detailed invoice with applicable copies of representative and identifiable receipts or records substantiating such expense. (c) The parties may modify this Agreement to increase or decrease the scope of services or provide for the rendition of services not required by this Agreement, which modification shall include an adjustment to the Consultant’s compensation. Any change in the scope of services must be made by written amendment to the Agreement signed by an authorized representative for each party. The Consultant shall not be entitled to any additional compensation if services are performed prior to a signed written amendment. 4. Termination, Remedies, and Force Majeure. (a) This Agreement shall terminate without any liability of the City to the Consultant upon the earlier of: (i) the Consultant’s filing for protection under the federal bankruptcy laws, or any bankruptcy petition or petition for receiver commenced by a third party against the Consultant; (ii) seven calendar days prior written notice with or without cause by the City to the Consultant; (iii) the City’s non-appropriation of funds sufficient to meet its obligations hereunder during any City fiscal year of this Agreement, or insufficient funding for the Project; or (iv) expiration of this Agreement. (b) Immediately upon any termination or expiration of this Agreement, the Consultant shall (i) immediately stop all work hereunder; (ii) immediately cause any and all of its subcontractors to cease work; and (iii) return to the City any and all unearned payments and all properties and materials in the possession of the Consultant that are owned by the City. Subject to the terms of this Agreement, the Consultant shall be paid compensation for services satisfactorily performed prior to the effective date of termination. The Consultant shall not be paid for any work or services performed or costs incurred which reasonably could have been avoided. (c) In the event of termination due to failure of the Consultant to satisfactorily perform in accordance with the terms of this Agreement, the City may withhold an amount that would otherwise be payable as an offset to, but not in excess of, the City’s damages caused by such failure. In no event shall any payment by the City pursuant to this Agreement constitute a waiver by the City of any breach of this Agreement which may then exist on the part of the Consultant, nor shall such payment impair or prejudice any remedy available to the City with respect to the breach. (d) Upon any breach of this Agreement by the Consultant, the City may (i) exercise any right, remedy (in contract, law or equity), or privilege which may be available to it under applicable laws of the State of California or any other applicable law; (ii) proceed by appropriate court action to enforce the terms of the Agreement; and/or (iii) recover all direct, indirect, consequential, economic and incidental damages for the breach of the Agreement. If it is determined that the City improperly terminated this Agreement for default, such termination shall be deemed a termination for convenience. (e) The Consultant shall provide the City with adequate written assurances of future performance, upon Director’s request, in the event the Consultant fails to comply with any terms or conditions of this Agreement. DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) -3- (f) The Consultant shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Consultant and without its fault or negligence such as, acts of God or the public enemy, acts of the City in its contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Consultant shall notify Director in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, and shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to Director of the cessation of such occurrence. 5. Confidential Information, Ownership of Documents and Copyright License. (a) Any reports, information, or other data prepared or assembled by the Consultant pursuant to this Agreement shall not be made available to any individual or organization by the Consultant without the prior written approval of the City. During the term of this Agreement, and thereafter, the Consultant shall not, without the prior written consent of the City, disclose to anyone any Confidential Information. The term Confidential Information for the purposes of this Agreement shall include all proprietary and confidential information of the City, including but not limited to business plans, marketing plans, financial information, designs, drawings, specifications, materials, compilations, documents, instruments, models, source or object codes and other information disclosed or submitted, orally, in writing, or by any other medium or media. All Confidential Information shall be and remain confidential and proprietary in the City. (b) Any and all original sketches, pencil tracings of working drawings, plans, computations, specifications, computer disk files, writings and other documents prepared or provided by the Consultant pursuant to this Agreement are the property of the City at the time of preparation and shall be turned over to the City upon expiration or termination of the Agreement or default by the Consultant. The Consultant grants the City a copyright license to use such drawings and writings. The Consultant shall not permit the reproduction or use thereof by any other person except as otherwise expressly provided herein. The City may modify the design including any drawings or writings. Any use by the City of the aforesaid sketches, tracings, plans, computations, specifications, computer disk files, writings and other documents in completed form as to other projects or extensions of this Project, or in uncompleted form, without specific written verification by the Consultant will be at the City’s sole risk and without liability or legal exposure to the Consultant. The Consultant may keep a copy of all drawings and specifications for its sole and exclusive use. (c) If the Consultant should subcontract all or any portion of the services to be performed under this Agreement, the Consultant shall cause each subcontractor to also comply with the requirements of this Section 5. (d) This Section 5 shall survive expiration or termination of this Agreement. 6. Professional Skill. It is further mutually understood and agreed by and between the parties hereto that inasmuch as the Consultant represents to the City that the Consultant and its subcontractors, if any, are skilled in the profession and shall perform in accordance with the standards of said profession necessary to perform the services agreed to be done by it under this Agreement, the City relies upon the skill of the DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) -4- Consultant and any subcontractors to do and perform such services in a skillful manner and the Consultant agrees to thus perform the services and require the same of any subcontractors. Therefore, any acceptance of such services by the City shall not operate as a release of the Consultant or any subcontractors from said professional standards. 7. Indemnification. To the furthest extent allowed by law including California Civil Code section 2782.8, the Consultant shall indemnify, hold harmless and defend the City and each of its officers, officials, employees, agents, and volunteers from any and all loss, liability, fines, penalties, forfeitures, costs and damages (whether in contract, tort or strict liability, including but not limited to personal injury, death at any time and property damage), and from any and all claims, demands and actions in law or equity (including reasonable attorney's fees, litigation expenses, and costs to enforce this agreement) that arise out of, pertain to, or relate to the negligence, recklessness or willful misconduct of the Consultant, its principals, officers, employees, agents, or volunteers in the performance of this Agreement. If the Consultant should subcontract all or any portion of the services to be performed under this Agreement, the Consultant shall require each subcontractor to indemnify, hold harmless and defend the City and each of its officers, officials, employees, agents, and volunteers in accordance with the terms of the preceding paragraph. This section shall survive termination or expiration of this Agreement. 8. Insurance. (a) Throughout the life of this Agreement, the Consultant shall pay for and maintain in full force and effect all insurance as required in Exhibit B, which is incorporated into and part of this Agreement, with an insurance company(ies) either (i) admitted by the California Insurance Commissioner to do business in the State of California and rated no less than “A-VII” in the Best’s Insurance Rating Guide, or (ii) as may be authorized in writing by the City’s Risk Manager or designee at any time and in its sole discretion. The required policies of insurance as stated in Exhibit B shall maintain limits of liability of not less than those amounts stated therein. However, the insurance limits available to the City, its officers, officials, employees, agents, and volunteers as additional insureds, shall be the greater of the minimum limits specified therein or the full limit of any insurance proceeds to the named insured. (b) If at any time during the life of the Agreement or any extension, the Consultant or any of its subcontractors/sub-consultants fail to maintain any required insurance in full force and effect, all services and work under this Agreement shall be discontinued immediately, and all payments due or that become due to the Consultant shall be withheld until notice is received by the City that the required insurance has been restored to full force and effect and that the premiums therefore have been paid for a period satisfactory to the City. Any failure to maintain the required insurance shall be sufficient cause for the City to terminate this Agreement. No action taken by the City pursuant to this section shall in any way relieve the Consultant of its responsibilities under this Agreement. The phrase “fail to maintain any required insurance” shall include, without limitation, notification received by the City that an insurer has commenced proceedings, or has had proceedings commenced against it, indicating that the insurer is insolvent. DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) -5- (c) The fact that insurance is obtained by the Consultant shall not be deemed to release or diminish the liability of the Consultant, including, without limitation, liability under the indemnity provisions of this Agreement. The duty to indemnify the City shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of the Consultant, its principals, officers, agents, employees, persons under the supervision of the Consultant, vendors, suppliers, invitees, consultants, sub-consultants, subcontractors, or anyone employed directly or indirectly by any of them. (d) If the Consultant should subcontract all or any portion of the services to be performed under this Agreement, the Consultant shall require each subcontractor/sub-consultant to provide insurance protection, as an additional insured, to the City and each of its officers, officials, employees, agents, and volunteers in accordance with the terms of this section, except that any required certificates and applicable endorsements shall be on file with the Consultant and the City prior to the commencement of any services by the subcontractor. The Consultant and any subcontractor/sub-consultant shall establish additional insured status for the City, its officers, officials, employees, agents, and volunteers by using Insurance Service Office (ISO) Form CG 20 10 11 85 or both CG 20 10 04 13 and CG 20 37 04 13 or by an executed manuscript company endorsement providing additional insured status as broad as that contained in ISO Form CG 20 10 11 85. 9. Conflict of Interest and Non-Solicitation. (a) Prior to the City’s execution of this Agreement, the Consultant shall complete a City of Fresno conflict of interest disclosure statement in the form as set forth in Exhibit C. During the term of this Agreement, the Consultant shall have the obligation and duty to immediately notify the City in writing of any change to the information provided by the Consultant in such statement. (b) The Consultant shall comply, and require its subcontractors to comply, with all applicable (i) professional canons and requirements governing avoidance of impermissible client conflicts; and (ii) federal, state and local conflict of interest laws and regulations including, without limitation, California Government Code Section 1090 et. seq., the California Political Reform Act (California Government Code Section 87100 et. seq.), the regulations of the Fair Political Practices Commission concerning disclosure and disqualification (2 California Code of Regulations Section 18700 et. seq.) and Section 4-112 of the Fresno Municipal Code (Ineligibility to Compete). At any time, upon written request of the City, the Consultant shall provide a written opinion of its legal counsel and that of any subcontractor that, after a due diligent inquiry, the Consultant and the respective subcontractor(s) are in full compliance with all laws and regulations. The Consultant shall take, and require its subcontractors to take, reasonable steps to avoid any appearance of a conflict of interest. Upon discovery of any facts giving rise to the appearance of a conflict of interest, the Consultant shall immediately notify the City of these facts in writing. (c) In performing the work or services to be provided hereunder, the Consultant shall not employ or retain the services of any person while such person either DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) -6- is employed by the City or is a member of any City council, commission, board, committee, or similar City body. This requirement may be waived in writing by the City Manager, if no actual or potential conflict is involved. (d) The Consultant represents and warrants that it has not paid or agreed to pay any compensation, contingent or otherwise, direct or indirect, to solicit or procure this Agreement or any rights/benefits hereunder. (e) Neither the Consultant, nor any of the Consultant’s subcontractors performing any services on this Project, shall bid for, assist anyone in the preparation of a bid for, or perform any services pursuant to, any other contract in connection with this Project. The Consultant and any of its subcontractors shall have no interest, direct or indirect, in any other contract with a third party in connection with this Project unless such interest is in accordance with all applicable law and fully disclosed to and approved by the City Manager, in advance and in writing. (f) If the Consultant should subcontract all or any portion of the work to be performed or services to be provided under this Agreement, the Consultant shall include the provisions of this Section 9 in each subcontract and require its subcontractors to comply therewith. (g) This Section 9 shall survive expiration or termination of this Agreement. 10. Recycling Program. In the event the Consultant maintains an office or operates a facility(ies), or is required herein to maintain or operate same, within the incorporated limits of the City of Fresno, the Consultant at its sole cost and expense shall: (a) Immediately establish and maintain a viable and ongoing recycling program, approved by the City’s Solid Waste Management Division, for each office and facility. Literature describing the City recycling programs is available from the City’s Solid Waste Management Division and by calling the City of Fresno Recycling Hotline at (559) 621-1111. (b) Immediately contact the City’s Solid Waste Management Division at (559) 621-1452 and schedule a free waste audit, and cooperate with such Division in their conduct of the audit for each office and facility. (c) Cooperate with and demonstrate to the satisfaction of the City’s Solid Waste Management Division the establishment of the recycling program in paragraph (a) above and the ongoing maintenance thereof. 11. General Terms. (a) Except as otherwise provided by law, all notices expressly required of the City within the body of this Agreement, and not otherwise specifically provided for, shall be effective only if signed by the Director or designee. (b) Records of the Consultant’s expenses pertaining to the Project shall be kept on a generally recognized accounting basis and shall be available to the City or its authorized representatives upon request during regular business hours throughout the life of this Agreement and for a period of three years after final payment or, if longer, for any period required by law. In addition, all books, documents, papers, and records of the Consultant pertaining to the Project shall be available for the purpose of making audits, DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) -7- examinations, excerpts, and transcriptions for the same period of time. If any litigation, claim, negotiations, audit or other action is commenced before the expiration of said time period, all records shall be retained and made available to the City until such action is resolved, or until the end of said time period whichever shall later occur. If the Consultant should subcontract all or any portion of the services to be performed under this Agreement, the Consultant shall cause each subcontractor to also comply with the requirements of this paragraph. This Section 11(b) shall survive expiration or termination of this Agreement. (c) Prior to execution of this Agreement by the City, the Consultant shall have provided evidence to the City that the Consultant is licensed to perform the services called for by this Agreement (or that no license is required). If the Consultant should subcontract all or any portion of the work or services to be performed under this Agreement, the Consultant shall require each subcontractor to provide evidence to the City that subcontractor is licensed to perform the services called for by this Agreement (or that no license is required) before beginning work. 12. Nondiscrimination. To the extent required by controlling federal, state and local law, the Consultant shall not employ discriminatory practices in the provision of services, employment of personnel, or in any other respect on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, sexual orientation, ethnicity, status as a disabled veteran or veteran of the Vietnam era. Subject to the foregoing and during the performance of this Agreement, the Consultant agrees as follows: (a) The Consultant will comply with all applicable laws and regulations providing that no person shall, on the grounds of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, sexual orientation, ethnicity, status as a disabled veteran or veteran of the Vietnam era be excluded from participation in, be denied the benefits of, or be subject to discrimination under any program or activity made possible by or resulting from this Agreement. (b) The Consultant will not discriminate against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, sexual orientation, ethnicity, status as a disabled veteran or veteran of the Vietnam era. The Consultant shall ensure that applicants are employed, and the employees are treated during employment, without regard to their race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, sexual orientation, ethnicity, status as a disabled veteran or veteran of the Vietnam era. Such requirement shall apply to the Consultant’s employment practices including, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Consultant agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provision of this nondiscrimination clause. (c) The Consultant will, in all solicitations or advertisements for employees placed by or on behalf of the Consultant in pursuit hereof, state that all DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) -8- qualified applicants will receive consideration for employment without regard to race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, sexual orientation, ethnicity, status as a disabled veteran or veteran of the Vietnam era. (d) The Consultant will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice advising such labor union or workers' representatives of the Consultant’s commitment under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (e) If the Consultant should subcontract all or any portion of the services to be performed under this Agreement, the Consultant shall cause each subcontractor to also comply with the requirements of this Section 12. 13. Independent Contractor. (a) In the furnishing of the services provided for herein, the Consultant is acting solely as an independent contractor. Neither the Consultant, nor any of its officers, agents, or employees shall be deemed an officer, agent, employee, joint venturer, partner, or associate of the City for any purpose. The City shall have no right to control or supervise or direct the manner or method by which the Consultant shall perform its work and functions. However, the City shall retain the right to administer this Agreement so as to verify that the Consultant is performing its obligations in accordance with the terms and conditions thereof. (b) This Agreement does not evidence a partnership or joint venture between the Consultant and the City. The Consultant shall have no authority to bind the City absent the City’s express written consent. Except to the extent otherwise provided in this Agreement, the Consultant shall bear its own costs and expenses in pursuit thereof. (c) Because of its status as an independent contractor, the Consultant and its officers, agents, and employees shall have absolutely no right to employment rights and benefits available to City employees. The Consultant shall be solely liable and responsible for all payroll and tax withholding and for providing to, or on behalf of, its employees all employee benefits including, without limitation, health, welfare and retirement benefits. In addition, together with its other obligations under this Agreement, the Consultant shall be solely responsible, indemnify, defend and save the City harmless from all matters relating to employment and tax withholding for and payment of the Consultant’s employees, including, without limitation, (i) compliance with Social Security and unemployment insurance withholding, payment of workers’ compensation benefits, and all other laws and regulations governing matters of employee withholding, taxes and payment; and (ii) any claim of right or interest in the City employment benefits, entitlements, programs and/or funds offered employees of the City whether arising by reason of any common law, de facto, leased, or co-employee rights or other theory. It is acknowledged that during the term of this Agreement, the Consultant may be providing services to others unrelated to the City or to this Agreement. 14. Notices. Any notice required or intended to be given to either party under the terms of this Agreement shall be in writing and shall be deemed to be duly given if delivered personally, transmitted by facsimile followed by telephone confirmation of DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) -9- receipt, or sent by United States registered or certified mail, with postage prepaid, return receipt requested, addressed to the party to which notice is to be given at the party's address set forth on the signature page of this Agreement or at such other address as the parties may from time to time designate by written notice. Notices served by United States mail in the manner above described shall be deemed sufficiently served or given at the time of the mailing thereof. 15. Binding. Subject to Section 16, below, once this Agreement is signed by all parties, it shall be binding upon, and shall inure to the benefit of, all parties, and each parties' respective heirs, successors, assigns, transferees, agents, servants, employees, and representatives. 16. Assignment. (a) This Agreement is personal to the Consultant and there shall be no assignment by the Consultant of its rights or obligations under this Agreement without the prior written approval of the City Manager or designee. Any attempted assignment by the Consultant, its successors or assigns, shall be null and void unless approved in writing by the City Manager or designee. (b) The Consultant hereby agrees not to assign the payment of any monies due the Consultant from the City under the terms of this Agreement to any other individual(s), corporation(s) or entity(ies). The City retains the right to pay any and all monies due the Consultant directly to the Consultant. 17. Compliance With Law. In providing the services required under this Agreement, the Consultant shall at all times comply with all applicable laws of the United States, the State of California and the City, and with all applicable regulations promulgated by federal, state, regional, or local administrative and regulatory agencies, now in force and as they may be enacted, issued, or amended during the term of this Agreement. 18. Waiver. The waiver by either party of a breach by the other of any provision of this Agreement shall not constitute a continuing waiver or a waiver of any subsequent breach of either the same or a different provision of this Agreement. No provisions of this Agreement may be waived unless in writing and signed by all parties to this Agreement. Waiver of any one provision herein shall not be deemed to be a waiver of any other provision herein. 19. Governing Law and Venue. This Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of California, excluding, however, any conflict of laws rule which would apply the law of another jurisdiction. Venue for purposes of the filing of any action regarding the enforcement or interpretation of this Agreement and any rights and duties hereunder shall be Fresno County, California. 20. Headings. The section headings in this Agreement are for convenience and reference only and shall not be construed or held in any way to explain, modify or add to the interpretation or meaning of the provisions of this Agreement. 21. Severability. The provisions of this Agreement are severable. The invalidity, or unenforceability of any one provision in this Agreement shall not affect the other provisions. DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) -10- 22. Interpretation. The parties acknowledge that this Agreement in its final form is the result of the combined efforts of the parties and that, should any provision of this Agreement be found to be ambiguous in any way, such ambiguity shall not be resolved by construing this Agreement in favor of or against either party, but rather by construing the terms in accordance with their generally accepted meaning. 23. Attorney's Fees. If either party is required to commence any proceeding or legal action to enforce or interpret any term, covenant or condition of this Agreement, the prevailing party in such proceeding or action shall be entitled to recover from the other party its reasonable attorney's fees and legal expenses. 24. Exhibits. Each exhibit and attachment referenced in this Agreement is, by the reference, incorporated into and made a part of this Agreement. 25. Precedence of Documents. In the event of any conflict between the body of this Agreement and any exhibit or attachment hereto, the terms and conditions of the body of this Agreement shall control and take precedence over the terms and conditions expressed within the exhibit or attachment. Furthermore, any terms or conditions contained within any exhibit or attachment hereto which purport to modify the allocation of risk between the parties, provided for within the body of this Agreement, shall be null and void. 26. Cumulative Remedies. No remedy or election hereunder shall be deemed exclusive but shall, wherever possible, be cumulative with all other remedies at law or in equity. 27. No Third Party Beneficiaries. The rights, interests, duties and obligations defined within this Agreement are intended for the specific parties hereto as identified in the preamble of this Agreement. Notwithstanding anything stated to the contrary in this Agreement, it is not intended that any rights or interests in this Agreement benefit or flow to the interest of any third parties. 28. Extent of Agreement. Each party acknowledges that they have read and fully understand the contents of this Agreement. This Agreement represents the entire and integrated agreement between the parties with respect to the subject matter hereof and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be modified only by written instrument duly authorized and executed by both the City and the Consultant. 29. The City Manager, or designee, is hereby authorized and directed to execute and implement this Agreement. The previous sentence is not intended to delegate any authority to the City Manager to administer the Agreement, any delegation of authority must be expressly included in the Agreement. [Signatures follow on the next page.] DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 -11- IN WITNESS WHEREOF, the parties have executed this Agreement at Fresno, California, the day and year first above written. CITY OF FRESNO, a California municipal corporation By: Brock D. Buche, PE, PLS, Director ATTEST: TODD STERMER, CMC, MMC City Clerk By: Deputy No signature of City Attorney required. Standard Document #DPU-S Eng. CSA, Short Form T&M - Contingency (01-2023) has been used without modification, as certified by the undersigned. By: Robert A. Diaz Supervising Engineering Technician Department of Public Utilities REVIEWED BY: Jesus A. Gonzalez, PE, Assistant Director Department of Public Utilities Addresses: CITY: City of Fresno Attention: Robert A. Diaz, Supervising Engineering Technician 1626 E Street Fresno, CA 93706 Phone: (559) 621-1623 E-mail: Robert.Diaz@fresno.gov DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) Carollo Engineers, Inc., A Delaware Corporation By: Name: Title: (If corporation or LLC., Board Chair, Pres. or Vice Pres.) By: Name: Title: (If corporation or LLC., CFO, Treasurer, Secretary or Assistant Secretary) Any Applicable Professional License: Number: Name: Date of Issuance: CONSULTANT: Carollo Engineers, Inc. Attention: Felicia James, PE, Vice President/Project Manager 1401 Fulton Street, Suite 802 Fresno, CA 93721 Phone: (559) 436-6616 Facsimile” (559) 436-1191 E-mail FJames@carollo.com DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279D 4/27/2023 4/27/2023 Vice President C64648 Paul Amico January 23, 2003 Paul Amico Secretary Michael Barnes 4/28/2023 5/2/2023 5/31/2023 5/31/2023 Tina M Your DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) -12- Attachments: 1.Exhibit A - Scope of Services 2.Exhibit B - Insurance Requirements 3.Exhibit C - Conflict of Interest Disclosure Form DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) Page 1 of 5 EXHIBIT A SCOPE OF SERVICES Consultant Service Agreement between City of Fresno (City) and Carollo Engineers, Inc., a Delaware Corporation (Consultant) Downtown Area Water and Wastewater Infrastructure Improvements Study March 2023 The scope of services described in the RFP can be delineated into the following major activities to evaluate the relocation and capacity improvement needs for the City’s water and wastewater infrastructure within the downtown area delineated in Attachment 1 in the RFP. PHASE I Task 1 – Phase I Project Management and Document Review Task 1.1 – Phase I Kickoff Meeting This task includes a project kickoff meeting with City of Fresno Department of Public Utilities staff to present the project schedule and goals, anticipated expectations of involved parties, and data request for documents to be reviewed in Task 2. Task 1.2 – Phase I Monthly Meetings This task includes conducting monthly coordination meetings with City staff for the project. The level of effort for this task assumes the duration for Phase I is six months. Task 2 – Desktop Review of Relevant Documents Task 2.1 –Document Review This task includes utilities research, reviewing record drawings, sewer repair and rehabilitation records, infrastructure rehabilitation projects, plat and easement maps, and reviewing relevant planning documents for the downtown specific area and the City in general for future growth demands. This includes planning documents associated with develop plans for other strategic developments. Task 2.2 – Strategic Development Discussion Conduct an in-person, two-hour workshop with City staff and key project collaborators to discuss upcoming development in the downtown area or strategic development block, neighborhood, or region, and coordination needs. Task 3 – Project Boundary Delineation and Prioritization This task consists of reviewing the project area boundaries delineated by the City and developing a prioritized set of project areas incorporating the information gathered during the document review task. The resulting project areas may be different from those initial defined by the City. Select one of the DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) Page 2 of 5 resulting project areas, in collaboration with City of Fresno Staff, to initiate the downtown water and sewer utility field investigations. Task 4 – Preliminary Field Investigation Task 4.1 – Field Investigation Conduct a block-by-block field investigation of the project area selected during the previous task. The goal of the field investigation is to identify impediments to utility relocations and confirm existing conditions from visible surface features. The level of effort for this task assumes four working days of field investigation effort. Task 4.2 – Summary of Findings Draft a technical memorandum (TM) summarizing the type of impediments to utility relocation encountered during the field investigation and infrastructure improvement needs for the initial project area. Specifically for the sewer infrastructure, we will include improvements to address capacity deficiencies, point repairs, and sewer rehabilitations identified during the document review and hydraulic analysis. We will describe feasible alternatives (up to two per impediment type, where appropriate) to address the impediments. The alternatives are intended to minimize service transfer efforts, account for physical limitations of property and available industry methods. Extrapolate an estimated frequency for encountering impediment types for the remaining project areas using information gathered during the document review task. The level of effort for this task assumes up to twenty unique impediment types for the initial project area and that the location of sewer point repairs and rehabilitation needs are provided by the City. Task 4.3 – Task Review Meeting Conduct an in-person, three-hour workshop with City staff to review the Summary of Findings TM and alternatives for addressing relocation impediments. The goal of the workshop is for City staff to select which alternative for each impediment situation to use for developing construction cost estimate for improvements and relocations within the initial project area. Task 4.4 – Initial Project Area Improvement Study Results TM After completion of the hydraulic analyses described in the next task, we will draft a TM documenting the feasibility of relocating existing infrastructure from alleyways to streets and to address other impediments for the initial project area. We will develop Class V, planning -level construction cost estimates for the feasible alternatives selected by the City and for constructing infrastructure improvements where relocation is not feasible. DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) Page 3 of 5 Task 5 – Hydraulic Analysis Task 5.1 – Water and Sewer Hydraulic Analysis Perform hydraulic analysis using existing City of Fresno Water and Sewer Distribution System Models taking into consideration conceptual pipeline alignments defined by the City in their planning documents and future growth demands. We will use the results of the hydraulic analysis to size replacement pipe diameters. We will evaluate the T4 pressure zone for optimization improvements related to the downtown area. Task 5.2 – Hydraulic Analysis Technical Memorandum We will draft a TM summarizing the results of the hydraulic analysis. Task 6 – Phase II Work Plan We will develop a work plan for the remaining downtown project areas that includes: ▪Conducting block-by-block field investigations. ▪Selecting feasible infrastructure relocation strategies. ▪Identifying situations where relocation is not feasible. ▪Developing planning-level cost estimates for the infrastructure improvements within each project area. ▪Description of the pros and cons for proceeding with phasing the improvements for the initial and subsequent project areas over multiple years. ▪Recommendations, if appropriate, for conducting utility survey and manhole flowline elevation measurement to support the hydraulic analysis recommendations and for evaluating the feasibility of relocation alternatives. ▪Projected schedule and estimated level of effort for implementing the work plan. We will present the work plan to the City’s Project Manager for review and approval prior to initiating Phase II. PHASE I DELIVERABLES Four hard copies and one PDF of: ▪Hydraulic analyses results maps (plotted on 22-inch by 34-inch sheets). ▪TM and cost estimates. PHASE II Task 7 – Phase II Project Management Task 7.1 – Phase II Kickoff Meeting This task includes a kickoff meeting with City of Fresno Department of Public Utilities staff to present the Phase II project schedule and goals, and anticipated expectations of involved parties. DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) Page 4 of 5 Task 7.2 – Phase II Monthly Meetings This task includes conducting monthly coordination meetings with City staff for the project. The level of effort for this task assumes the duration for Phase II is six months. Task 8 – Project Area Evaluation Studies Task 8.1 – Project Area Field Investigation For each of the project areas defined in Phase I, we will conduct a block-by-block field investigation to identify impediments to infrastructure relocation and improvement feasibility. The level of effort for this task assumes 30 working days of field investigation effort. Task 8.2 – Utility Survey If authorized by the City, conduct utility survey and manhole flowline elevation measurement to update the hydraulic analysis recommendations and for validating the feasibility of relocation alternatives. Task 8.3 – Update Hydraulic Analysis If warranted by the results of the field investigation and authorized by the City, update the hydraulic analyses as each project area is completed. Task 8.4 – Draft Project Area Summary of Findings Draft a TM summarizing the type of impediments to utility relocation encountered during the field investigation and infrastructure improvement needed within the project area. Specifically for the sewer infrastructure, include improvements to address capacity deficiencies point repairs, and sewer rehabilitations identified during the document review and hydraulic analysis. Identify, where feasible, the improvement to address each impediment. The improvements are intended to minimize service transfer efforts, account for physical limitations of property, and available industry methods. The level of effort for this task assumes the impediments identified during Phase I (up to 20) will be refined and an additional 10 impediment scenarios developed. Task 8.5 – Project Area Review Meeting Conduct a hybrid, 90-minute meeting with City staff to review the Draft Summary of Findings TM and selected improvements for addressing relocation impediments. The goal of the meeting is for City staff to provide input and recommendations for each impediment situation. The results of the meeting are to be used for developing construction cost estimates for improvements and relocations within the project area. Task 8.6 – Final Project Area Summary of Findings Develop Class V, planning-level construction cost estimates for the feasible alternatives selected by the City and for constructing infrastructure improvements where relocation is not feasible. DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) Page 5 of 5 Prepare the final TM summarizing the relations and improvements to be constructed within the project area. The level of effort for this task assumes up to eight project areas and that Tasks 9.1 through 9.6 are completed for each project area. Task 9 – Consolidated Improvements Study Report Consolidate the results of evaluation studies for each project area into a final project report. The final report will include: ▪Distinct areas to serve as individual projects for phase construction of infrastructure improvements over multiple years. ▪Construction cost estimates for the identified improvements. ▪Description of the pros and cons for proceeding with each phase developed for improvements. PHASE II DELIVERABLES Four hard copies and one PDF of: ▪Hydraulic analyses results maps (plotted on 22-inch by 34-inch sheets). ▪TM for each project area, with cost estimates. ▪Final study report. PROJECT ASSUMPTIONS The City shall furnish Consultant available studies, reports and other data pertinent to Consultant’s services; and Consultant shall be entitled to use and reasonably rely upon all such information. DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) Page 2 of 2 SCHEDULE OF FEES CAROLLO ENGINEERS, INC. FEE SCHEDULE As of January 1, 2023 California Hourly Rate Engineers/Scientists Assistant Professional $200.00 Professional 251.00 Project Professional 296.00 Lead Project Professional 314.00 Senior Professional 339.00 Technicians Technicians 150.00 Senior Technicians 218.00 Support Staff Document Processing / Clerical 127.00 Project Equipment Communication Expense 14.00 (PECE) Per DL Hour Other Direct Expenses Travel and Subsistence at cost Mileage at IRS Reimbursement Rate $.655 per mile Effective January 1, 2023 Subconsultant cost + 10% Other Direct Cost cost + 10% Expert Witness Rate x 2.0 This fee schedule is subject to annual revisions due to labor adjustments. Actual increase will be negotiated with the City and will not exceed 6%. DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) Page 1 of 4 EXHIBIT B INSURANCE REQUIREMENTS Consultant Service Agreement between City of Fresno (City) and Carollo Engineers, Inc., a Delaware Corporation (Consultant) Downtown Area Water and Wastewater Improvements Study MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: 1. The most current version of Insurance Services Office (ISO) Commercial General Liability Coverage Form CG 00 01, providing liability coverage arising out of your business operations. The Commercial General Liability policy shall be written on an occurrence form and shall provide coverage for “bodily injury,” “property damage” and “personal and advertising injury” with coverage for premises and operations (including the use of owned and non- owned equipment), products and completed operations, and contractual liability (including, without limitation, indemnity obligations under the Agreement) with limits of liability not less than those set forth under “Minimum Limits of Insurance.” 2. The most current version of Commercial Auto Coverage Form CA 00 01, providing liability coverage arising out of the ownership, maintenance or use of automobiles in the course of your business operations. The Automobile Policy shall be written on an occurrence form and shall provide coverage for all owned, hired, and non-owned automobiles or other licensed vehicles (Code 1- Any Auto). 3. Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance. 4. Professional Liability (Errors and Omissions) insurance appropriate to the Consultant’s profession. MINIMUM LIMITS OF INSURANCE The Consultant, or any party the Consultant subcontracts with, shall maintain limits of liability of not less than those set forth below. However, insurance limits available to the City, its officers, officials, employees, agents, and volunteers as additional insureds, shall be the greater of the minimum limits specified herein or the full limit of any insurance proceeds available to the named insured: 1. COMMERCIAL GENERAL LIABILITY: (i) $1,000,000 per occurrence for bodily injury and property damage; (ii) $1,000,000 per occurrence for personal and advertising injury; (iii) $2,000,000 aggregate for products and completed operations; and, (iv) $2,000,000 general aggregate applying separately to the work performed under the Agreement. DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) Page 2 of 4 2. COMMERCIAL AUTOMOBILE LIABILITY: $1,000,000 per accident for bodily injury and property damage. 3. WORKERS’ COMPENSATION INSURANCE as required by the State of California with statutory limits. 4. EMPLOYER’S LIABILITY: (i) $1,000,000 each accident for bodily injury; (ii) $1,000,000 disease each employee; and, (iii) $1,000,000 disease policy limit. 5. PROFESSIONAL LIABILITY (Errors and Omissions): (i) $1,000,000 per claim/occurrence; and, (ii) $2,000,000 policy aggregate. UMBRELLA OR EXCESS INSURANCE In the event the Consultant purchases an Umbrella or Excess insurance policy(ies) to meet the “Minimum Limits of Insurance,” this insurance policy(ies) shall “follow form” and afford no less coverage than the primary insurance policy(ies). In addition, such Umbrella or Excess insurance policy(ies) shall also apply on a primary and non-contributory basis for the benefit of the City, its officers, officials, employees, agents, and volunteers. DEDUCTIBLES AND SELF-INSURED RETENTIONS The Consultant shall be responsible for payment of any deductibles contained in any insurance policy(ies) required herein and the Consultant shall also be responsible for payment of any self-insured retentions. Any deductibles or self-insured retentions must be declared to on the Certificate of Insurance, and approved by, the City’s Risk Manager or designee. At the option of the City’s Risk Manager or designee, either: (i) The insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees, agents, and volunteers; or (ii) The Consultant shall provide a financial guarantee, satisfactory to the City’s Risk Manager or designee, guaranteeing payment of losses and related investigations, claim administration and defense expenses. At no time shall the City be responsible for the payment of any deductibles or self-insured retentions. OTHER INSURANCE PROVISIONS/ENDORSEMENTS The General Liability and Automobile Liability insurance policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents, and volunteers are to be covered as additional insureds. The Consultant shall establish additional insured status for the City and for all ongoing and completed operations under the Commercial General Liability policy by use of ISO Forms or an executed manuscript insurance company endorsement providing additional insured status. The Commercial General endorsements must be as broad DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) Page 3 of 4 as that contained in ISO Forms: GC 20 10 11 85 or both CG 20 10 & CG 20 37. 2. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees, agents, and volunteers. Any available insurance proceeds in excess of the specified minimum limits and coverage shall be available to the Additional Insured. 3. For any claims relating to this Agreement, the Consultant’s insurance coverage shall be primary insurance with respect to the City, its officers, officials, employees, agents, and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees, agents, and volunteers shall be excess of the Consultant’s insurance and shall not contribute with it. The Consultant shall establish primary and non- contributory status by using ISO Form CG 20 01 04 13 or by an executed manuscript insurance company endorsement that provides primary and non-contributory status as broad as that contained in ISO Form CG 20 01 04 13. The Workers’ Compensation insurance policy is to contain, or be endorsed to contain, the following provision: the Consultant and its insurer shall waive any right of subrogation against the City, its officers, officials, employees, agents, and volunteers. If the Professional Liability (Errors and Omissions) insurance policy is written on a claims- made form: 1. The retroactive date must be shown, and must be before the effective date of the Agreement or the commencement of work by the Consultant. 2. Insurance must be maintained and evidence of insurance must be provided for at least five years after completion of the Agreement work or termination of the Agreement, whichever occurs first, or, in the alternative, the policy shall be endorsed to provide not less than a five-year discovery period. 3. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the effective date of the Agreement or the commencement of work by the Consultant, the Consultant must purchase “extended reporting” coverage for a minimum of five years completion of the Agreement work or termination of the Agreement, whichever occurs first. 4. A copy of the claims reporting requirements must be submitted to the City for review. 5. These requirements shall survive expiration or termination of the Agreement. All policies of insurance required herein shall be endorsed to provide that the coverage shall not be cancelled, non-renewed, reduced in coverage or in limits except after thirty calendar days’ written notice by certified mail, return receipt requested, has been given to the City. The Consultant is also responsible for providing written notice to the City under the same terms and conditions. Upon issuance by the insurer, broker, or agent of a notice of cancellation, non-renewal, or reduction in coverage or in limits, the Consultant shall DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 DPU-S Eng. CSA, Short Form T&M – Contingency (01-2023) Page 4 of 4 furnish the City with a new certificate and applicable endorsements for such policy(ies). In the event any policy is due to expire during the work to be performed for the City, the Consultant shall provide a new certificate, and applicable endorsements, evidencing renewal of such policy not less than fifteen calendar days prior to the expiration date of the expiring policy. Should any of the required policies provide that the defense costs are paid within the Limits of Liability, thereby reducing the available limits by any defense costs, then the requirement for the Limits of Liability of these polices will be twice the above stated limits. The fact that insurance is obtained by the Consultant shall not be deemed to release or diminish the liability of the Consultant, including, without limitation, liability under the indemnity provisions of this Agreement. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of the Consultant, its principals, officers, agents, employees, persons under the supervision of the Consultant, vendors, suppliers, invitees, consultants, sub-consultants, subcontractors, or anyone employed directly or indirectly by any of them. SUBCONTRACTORS - If the Consultant subcontracts any or all of the services to be performed under this Agreement, the Consultant shall require, at the discretion of the City’s Risk Manager or designee, subcontractor(s) to enter into a separate Side Agreement with the City to provide required indemnification and insurance protection. Any required Side Agreement(s) and associated insurance documents for the subcontractor must be reviewed and preapproved by the City Risk Manager or designee. If no Side Agreement is required, the Consultant will be solely responsible for ensuring that its subcontractors maintain insurance coverage at levels no less than those required by applicable law and is customary in the relevant industry. VERIFICATION OF COVERAGE The Consultant shall furnish the City with all certificate(s) and applicable endorsements effecting coverage required hereunder. All certificates and applicable endorsements are to be received and approved by the City’s Risk Manager or its designee prior to the City’s execution of the Agreement and before work commences. All non-ISO endorsements amending policy coverage shall be executed by a licensed and authorized agent or broker. Upon request of the City, the Consultant shall immediately furnish the City with a complete copy of any insurance policy required under this Agreement, including all endorsements, with said copy certified by the underwriter to be a true and correct copy of the original policy. This requirement shall survive expiration or termination of this Agreement. DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 EXHIBIT C DISCLOSURE OF CONFLICT OF INTEREST Downtown Area Water and Wastewater Improvements Study YES* NO 1 Are you currently in litigation with the City of Fresno or any of its agents? 2 Do you represent any firm, organization, or person who is in litigation with the City of Fresno? 3 Do you currently represent or perform work for any clients who do business with the City of Fresno? 4 Are you or any of your principals, managers, or professionals, owners or investors in a business which does business with the City of Fresno, or in a business which is in litigation with the City of Fresno? 5 Are you or any of your principals, managers, or professionals, related by blood or marriage to any City of Fresno employee who has any significant role in the subject matter of this service? 6 Do you or any of your subcontractors have, or expect to have, any interest, direct or indirect, in any other contract in connection with this Project? * If the answer to any question is yes, please explain in full below. Explanation: Signature Date (Name) (Company) (Address) Additional page(s) attached. (City, State Zip) DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279D X X N/A X Paul Amico Paul Amico X 4/27/2023 X X Carollo Engineers, Inc. 1401 Fulton St Suite 802 Fresno CA 93721 DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 2795 Mitchell Drive, Walnut Creek, California 94598 P. 925.932.1710 F. 925.930.0208 carollo.com CERTIFICATION This is to certify that the undersigned, Michael W. Barnes, as Corporate Secretary and General Counsel for Carollo Engineers, Inc., is authorized to state and certify: That by corporate policy approved by the Board of Directors on 02/07/2011, Paul Amico, Vice President, and Anne Prudhel, Vice President, are authorized to execute engineering service agreements for the usual and customary engineering business of the company. Dated: May 9, 2022 Michael W. Barnes Corporate Secretary & General Counsel DocuSign Envelope ID: 25FB1994-9478-4178-AA40-7F5E1655279DDocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00 2795 Mitchell Drive, Walnut Creek, California 94598 P. 925.932.1710 F. 925.930.0208 carollo.com CERTIFICATION This is to certify that the undersigned, Michael W. Barnes, as Corporate Secretary and General Counsel for Carollo Engineers, Inc., is authorized to state and certify: That by corporate policy approved by the Board of Directors on 02/07/2011, Paul Amico, Vice President, and Anne Prudhel, Vice President, are authorized to execute engineering service agreements for the usual and customary engineering business of the company. Dated: May 9, 2022 Michael W. Barnes Corporate Secretary & General Counsel DocuSign Envelope ID: 38896250-314D-46D2-A8A2-28FCCBFBFF00