Loading...
HomeMy WebLinkAboutWest Yost Associates 2017-11-10COU No. I ; 1 n i AGREEMENTFOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this lUYA " day of 2017 ("Effective Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and West Yost & Associates, Inc. a Corporation organized and in good standing under the laws of the state of California, hereinafter referred to as "Consultant". RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to Provide Grant Management Services for the Prop 1 Planning Grant Management and Storm Water Resources Plan for Russian River Watershed Association. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. C. City and Consultant agree upon the Scope -of -Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT 1.0 DESCRIPTION OF PROJECT 1.1 The Project is described in detail in the attached Scope -of -Work (Attachment "A") 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope -of -Work upon receipt of a Notice to Proceed from City and shall complete such services as quickly as reasonably possible and consistent with the normal Standard of Care from receipt of the Notice to Proceed. Consultant shall complete the work to the City's reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further compensation. COU No. 111 B - 152- 4.0 SZ 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $74,628. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment B, which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment B. Consultant shall complete the Scope of Work for the not -to - exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 Changes. Should changes in compensation be required because of changes to the Scope -of -Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope -of -Work" means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub -contractor Payment. The use of sub -consultants or other services to perform a portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub -consultants shall be included within guaranteed not -to -exceed amount set forth in Section 4.1. 4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. \....... �l _' _'11111 COU No. j -718 - 15 2 - Consultant Consultant shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal government and shall furnish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any claims or demands by federal, state or local government agencies for any such taxes or benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an interest. If the City Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. 6.0 INDEMNIFICATION 6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage — Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 ,.any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects' and engineers' coverage is to include or be endorsed to include contractual liability for negligence only. COU No. 11 16 - I S 2- B. B. Minimum Limits of Insurance Consultant shall maintain limits no less than: General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers Liability: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. 4. Errors and Omissions liability: $1,000,000 per claim and aggregate. C. Deductibles and Self -Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: General Liability and Automobile Liability Coverages a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects, liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope -of -protection afforded to the City, its officers, officials, employees or volunteers. b. The Consultant's insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the Consultant's insurance and shall not contribute with it. COU No. I -) I e- 15 Z Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. The Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. Worker's Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from Consultant's performance of the work, pursuant to this Agreement. 3. Professional Liability Coverage If written on a claims -made basis, the retroactivity date shall be the effective date of this Agreement. The policy period shall extend from contract execution to April 30, 2019. 4. All Coverages Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceptability of Insurers Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less than A- for financial strength, AA for long-term credit rating and AMB -1 for short-term credit rating. F. Verification of Coverage Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by statute, the City's Workers' Compensation - related forms cannot be used, equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this Agreement. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. P At,f- I (It COU No. 1 % 16 - IS Z G. Subcontractors Consultant shall include all subcontractors or sub -consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub- contractor or sub -consultant. All coverage for sub -contractors or sub -consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability to the extent arising out of, or pertaining to, or relating to any negligent act or omission or the willful misconduct of Consultant in the performance of services under this contract by Consultant, but this indemnity does not apply to liability for damages for death or bodily injury to persons, injury to property, or other loss, arising from the sole negligence. willful misconduct or defects in design by the City, or arising from the active negligence of the City. "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. References in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. 7.0 CONTRACT PROVISIONS 7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope -of -Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. City shall not be limited in any way in its use of the Documents and Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at the City's sole risk. 7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. COU No. 1 % (B — I S 2- 7.6 7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub -contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement-, or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services performed and expenses incurred as of the effective termination date. In such event, as a condition to payment, Consultant shall provide to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off -set for any direct or consequential damages City may incur as a result of Consultant's breach of contract. 7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. Alternatively, this Agreement may be executed and delivered by facsimile or other electronic transmission, and in more than one counterpart, each of which shall be deemed an original, and all of which together shall constitute one and the same instrument. When executed using either alternative, the executed agreement shall be deemed an original admissible as evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the parties as follows-. CITY OF UKIAH DEPT. OF 300 SEMINARY AVENUE UKIAH, CALIFORNIA 95482-5400 COU No. ` 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date CONSULTANT BY: --////" / Date PF�IN NAME �) IZ Q Pre 68-0370826 IRS IDN Number CITY OF UKIAH B Y�%(/G(��Jil� CITY MANAGER - Gl 7)Th ATTEST CITY CLERK tial ProlSvNovember 20._008 PWl-ROF7 I ( AI / �- Da e Date I !/ WE S T Y 0S T hO%ddo A S S O C I A T E S October 4, 2017 Mr. Jarod L. Thiele Project Director City of Ukiah 300 Seminary Avenue Ukiah, CA 95482 Attachment A SENT VIA: EMAIL SUBJECT: Proposal to Provide Grant Management Services Prop 1 Storm Water Resources Plan, Russian River Watershed Dear Mr. Thiele: Thank you for requesting a scope of work and fee estimate from West Yost Associates ( West Yost) to provide grant management support services to the City of Ukiah (City) for a California Proposition 1 planning grant (Prop 1 grant) awarded to the Russian River Watershed Association (RRWA) in 2016. The Prop 1 grant provides funding for RRWA to facilitate preparation of a watershed -wide Storm Water Resources Plan (SWRP). The City, administrative agency for the RRWA, is the Prop 1 grantee and project director. This proposal was prepared to provide contract administration support to the City, and to work with the RRWA member agencies and collaborating entities in preparation of State Water Resources Control Board (State Board) grant -mandated quarterly, annual, and final project reporting. The following sections describe the proposed scope of work and estimated fee to complete seven quarterly reports, two annual reports, and one final report (based on the City's current schedule) in accordance with State Board requirements. The scope is presented and organized to coincide with the scope outlined in the Prop I grant agreement (Agreement) between the State Board and City, and the amended schedule recently approved by the State Board. 1.0 SCOPE OF WORK 1.1 Completion Dates Preparing a SWRP for the Russian River watershed is a substantial task involving significant contributions from eleven member agencies, twelve collaborating entities, and the North Coast Regional Water Quality Control Board. Because collaboration is such a significant part of completing the SWRP, RRWA staff drafted Memorandums of Understanding (MOUs) for review and input by City staff, member agencies and collaborators on February 2, 2017 and February 27, 2017, and shared information on reporting requirements with contributors to the grant effort via webinar on August 3, 2017. It is assumed that the City will provide legal review and any requested draft MOU changes to members and collaborators within two weeks of receipt, and that all MOUS will be in place by October 31, 2017. Mr. Jarod L. Thiele October 4, 2017 Page 2 At the close of each quarter (March 30, June 30, September 30, and December 30) a quarterly report must be prepared that reflects the contributions of all members and collaborators. By the 15`" of the month flowing the close of each quarter (April 15, July 15, October 15, and January 15), it is assumed that the City will provide RRWA staff with: • Aggregated invoicing for member agencies and collaborators, itemized by agreement task number, • Staff labor rates, and • A summary of activities completed by each entity within the reporting period. The reports must be submitted to the State Board within forty-five (45) days after the close of each quarter (May 15, August 15, November 15, and February 15). Annual reports are due to the State Board each year by November 15 in both 2017 and 2018. It is assumed that the City will provide any input, such as lessons learned, to RRWA staff by October 15 of each year. One final report will be due at the close of the project in 2018. The majority of work on the SWRP is expected to be completed by August of 2018, and the final report will be submitted to the State by November 30, 2018. It is assumed that the City will provide any required information to RRWA staff by October 15, 2018. For each deliverable, RRWA staff will prepare a draft for City review. It is assumed that City staff will review and provide comments, or any requested missing information, within two weeks of receipt of the draft. It is further assumed that upon RRWA revision to address these comments, the City will submit the final deliverable to the State Board on time. 1.2 Benefit and Purpose This Prop 1 grant benefits the RRWA member agencies and collaborating entities by preparing a SWRP that is compliant with the State Board's Storm Water Resource Plan Guidelines adopted on December 15, 2015 (SWRP Guidelines) and the California Water Code Sections 10561-10573. Preparation of a SWRP serves many functions, but among them is providing a framework for future planning efforts, and the ability for member agencies to apply for future implementation grant funding for projects identified in the SWRP. Ensuring the grant is managed to comply with State Board reporting guidelines will ensure that funding for this work is protected so that the SWRP can be completed and member agencies will remain eligible to apply for future State grant funding. 1.3 Project -Specific Scope of Work RRWA staff will support the City by providing the administrative services explicitly stated herein as needed for project completion. RRWA staff will also coordinate with members, collaborators, and stakeholders to ensure participation in the process of reporting SWRP progress including soliciting quarterly and annual reporting information from member agencies and collaborating entities, compiling information, and preparing reports for the City's review. RRWA staff will schedule periodic project status review meetings with the Grant Manager and the City. W E S T YOST ASSOCIATES N:\M\LP\Ukiah\wp\2017_Ukiah RRWA Mr. Jarod L. Thiele October 4, 2017 Page 3 Task 1: Memorandums of Understanding & Project Management Although draft Memorandums of Understanding (MOUs) have been prepared for each entity, most are not finalized by the City. MOUs must be in place before progress, match, and invoicing can be reported to the State Board for these entities. RRWA staff will work with the members and collaborating entities and prepare a package or several groups of draft MOUS for expedited review and execution by the City. This task is critical to complete as soon as possible in order to comply with the Agreement. Task 2: Quarterly Reoortin RRWA will support the City with the preparation of seven (7) quarterly progress reports to the Grant Manager. These Progress Reports will include a brief description of information from all participants and activities completed, milestones achieved, monitoring results (if applicable), and any problems encountered in the performance of the work during the reporting period. In addition, a set of attachments will be prepared that include deliverables and communications, photographs, invoices, rate sheets, and other information to substantiate the narrative of the report and the amount of requested grant funding. It is assumed that the City, members, and collaborators will, at a minimum, provide invoicing and/or a breakdown of staff hours, rate sheets, and narratives for work completed to RRWA staff within fifteen (15) days of the close of each quarter (April 15, July 15, October 15, and January 15). If the documents are not complete, available information will be used to complete the forms for participant verification; however, this level of effort is high and could exceed the estimated maximum hours if all participants have significant expenditures. RRWA staff will aggregate submitted invoices and descriptions, provide review for eligibility, and coordinate with the City, participating agencies and the State Board. Task 1 Annual Reporting RRWA staff will support the City by preparing an Annual Progress Summary by November 1, 2017 that covers the time period from October 1, 2016 through September 30, 2017 and an Annual Progress Summary by November 1, 2018 that covers the timeperiod from October 1, 2017 through the close of the project. The City will review and provide comments by November 7 of each year, and RRWA staff will make any updates or corrections in order to submit the reports to the State Board by November 15 of each year. The summary will be less than two (2) pages. Following City review and comment, RRWA staff will upload an electronic copy of the Annual Progress Summary in PDF format to the Financial Assistance Application Submittal Tool (FAAST) system. The Annual Progress Summary will include the following: • A summary of the Project's objective, the scope of the Project, and a description of the approach used to achieve the Project objective. • A summary of the progress made to -date, significant milestones achieved, and the current schedule to complete the Project. W E S T YOS T ASSOCIATES N:\M\LP\Ukiah\wp\2017_Ukiah RRWA Mr. Jarod L. Thiele October 4, 2017 Page 4 Task 4: Final Report At the conclusion of the Project, RRWA staff will prepare a final summary report of the accomplishments, recommendations, and lessons learned, in a format provided by the State Board. The following will be provided for City review and forwarding to the State Board: • Draft Final Project Report in a format provided by the Grant Manager. • Final Project Report that addresses, to the extent feasible, comments made by the Grant Manager on the Draft Final Project Report. One (1) reproducible master copy and an electronic copy of the Final Project Report. An electronic copy of the final report uploaded in PDF format to FAAST. • Final Project Summary of the information contained in the Final Project Report, including accomplishments, as appropriate. An electronic copy of the Final Project Summary uploaded in PDF format to FAAST. 1.4 Project Schedule Table 1 shows the schedule of submittals and estimated due dates that RRWA has developed. This schedule may be adjusted as necessary during the disbursement period with prior City and Grant Manager approval. All work must be complete prior to the Work Completion Date of November 30, 2018. Table 1. Schedule of Submittals and Estimated Due Dates Description of Information to Dead Work Item or Submittal RRWA staff Draft to City to State Board MOUS November 30, 2017 Quarterly Reports Quarter 1 (April 1, 2017 - June 30, 2017) July 15, 2017 July 30, 2017 August 15, 2017 Quarter 2 (July 1, 2017 - September 30, 2017) October 15, 2017 October 31, 2017 November 15, 2017 Quarter 3 October 1, 2017 - December 31, 2017) January 15, 2018 January 31, 2018 February 15, 2018 Quarter 4 (January 1, 2018 - March 30, 2018) April 15, 2018 April 30, 2018 May 15, 2018 Quarter 5 (April 1, 2018 - June 30, 2018) July 15, 2018 July 30, 2018 August 15, 2018 Quarter 6 (July 1, 2018 - September 30, 2018) October 15, 2018 October 31, 2018 November 15, 2018 Quarter 7 (October 1, 2018 - November 1, 2018) November 10, 2018 November 15, 2018 November 30, 2018 Annual Reports 2017 Report (October 1, 2016 - September 30, 2017) October 15, 2017 October 31, 2017 November 15, 2017 2018 Report (October 1, 2017 - Close of Project) October 15, 2018 November 1, 2018 November 15, 2018 Final Report October 15, 2018 1 November 1, 2018 1 November 30, 2018 W E S T YOST ASSOCIATES N:\M\LP\Ukiah\wp\2017_Ukiah RRWA Mr. Jarod L. Thiele October 4, 2017 Page 5 1.5 Project Budget West Yost's proposed level of effort and budget for each of the tasks described above is shown in Table 2. West Yost will perform the Scope of Work described above on a time -and -expenses basis, at the billing rates set forth in West Yost's attached 2017 Billing Rate Schedule, with a not -to - exceed budget of $74,628. Any additional services not included in this Scope of Work will be performed only after receiving written authorization and a corresponding budget augmentation. Table 2. Proposed Russian River Watershed SWRP Planning Grant Management Budget Thank you for allowing West Yost the opportunity to provide these services to the City. We look forward to working with you on this important project. Please call if you have any questions or require additional information. Sincerely, WEST YOST ASSOCIATES Andy Rodgers Engineering Manager ASR:MCC:cme Attachment: West Yost Associates 2017 Billing Rate Schedule W E S T YOST ASSOCIATES N:\M\LP\Ukiah\wp\2017_Llkioh RRWA -•- . Effort, hours dollarsTask Cost, Task 1 Memorandums of Understanding & Project Management 89 19,307 Task 2: Quarterly Reporting 296 42,690 Task 3: Annual Reporting 36 6,079 Task 4: Final Report 50 6,552 Total 471 $74,628 Thank you for allowing West Yost the opportunity to provide these services to the City. We look forward to working with you on this important project. Please call if you have any questions or require additional information. Sincerely, WEST YOST ASSOCIATES Andy Rodgers Engineering Manager ASR:MCC:cme Attachment: West Yost Associates 2017 Billing Rate Schedule W E S T YOST ASSOCIATES N:\M\LP\Ukiah\wp\2017_Llkioh RRWA V, E51 7 k&,AO ASS,:CIATFS 2017 Billing Rate Schedule Attachment B (Effective January 1, 2017 through December 31, 2017)' Principal/Vice President $273 Engineering/Scientist/Geologist Manager I / II $251/$263 Principal Engineer/Scientist/Geologist I / II $229/$243 Senior Engineer/Scientist/Geologist I / II $205/$215 Associate Engineer/Scientist/Geologist I / II $182/$195 Engineer/Scientist/Geologist I / 11 $147/$170 Engineering Aide $83 Administrative I / II / III / IV $75 / $94 / $114 / $126 Engineering Tech Manager I / II $259/$269 Principal Tech Specialist I / II $239/$249 Senior Tech Specialist 1 / II $219/$229 Senior GIS Analyst $200 GIS Analyst $189 Technical Specialist I / 11 / III / IV $139 / $159 / $179 / $199 CAD Manager $159 CAD Designer I / 11 $123/$138 Senior Construction Manager $261 Construction Manager I / II / III / IV $159 / $170 / $182 / $227 Resident Inspector (Prevailing Wage Groups 4 / 3 / 2 / 1) $138 / $153 / $170 / $177 Apprentice Inspector $125 CM Administrative I / 11 $68/$91 Hourly rates include Technology and Communication charges such as general and CAD computer, software, telephone, routine in-house copies/prints, postage, miscellaneous supplies, and other incidental project expenses. Outside Services such as vendor reproductions, prints, shipping, and major West Yost reproduction efforts, as well as Engineering Supplies, etc. will be billed at actual cost plus 15%. Mileage will be billed at the current Federal Rate and Travel will be billed at cost. Subconsultants will be billed at actual cost plus 10%. Expert witness. research, technical review, analysis, preparation and meetings billed at 150% of standard hourly rates. Expert witness testimony and depositions billed at 200% of standard hourly rates. A Finance Charge of 1.5% per month (an Annual Rate of 18%) on the unpaid balance will be added to invoice amounts if not paid within 45 days from the date of the invoice. s+We +s ur f ate -1 a.. ,�a7fy E S T Y S T 2017 Billing Rate Schedule (continued) k&AMO (Effective January 1, 2017 through December 31, 2017)' AS S C I AT E S Equipment Charges Gas Detector Hydrant Pressure Gage Hydrant Pressure Recorder, Standard Hydrant Pressure Recorder, Impulse (Transient) Trimble GPS — Geo 7x Vehicle Water Flow Probe Meter Water Quality Multimeter Well Sounder $80/day $10/day $40/day $55/day $220/day $10/hour $20/day $185/day $30/day