NAPA SANITATION DISTRICT Napa, California

Similar documents
CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

City of Beverly Hills Beverly Hills, CA

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

City of La Palma Agenda Item No. 5

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

CONTRACT FOR SERVICES RECITALS

Request for Qualifications (RFQ #704-18) Establish a Hybrid Law Enforcement Model Consulting & Support Services

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC

PROPOSAL DUE DATE: May 25, 2018 at 10:00 AM at City Clerk s office, 23 Russell Boulevard, Davis, 95616

Master Service Agreement (Updated 9/15/2015)

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

AGREEMENT FOR SERVICES

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement

Request for Proposal. For Financial and Accounting Services

Civil Design Consultants, Inc.

Services Agreement for Public Safety Helicopter Support 1

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Real Estate Management Agreement

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

Staff Report. City Council Sitting as the Local Reuse Authority

RFQ #1649 April 2017

STORM DRAIN ENGINEERING DESIGN SERVICES

New Mexico Bidder s Number

NOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

CITY OF DELANO REQUEST FOR PROPOSALS

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

DEPARTMENT OF PUBLIC WORKS Administration Division

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

REQUEST FOR PROPOSALS CD CITY OF LA PALMA GENERAL PLAN & ZONING ORDINANCE AMENDMENTS

PROFESSIONAL SERVICES AGREEMENT FOR LUSARDI CREEK PIPELINE RESTORATION PROJECT FOR THE OLIVENHAIN MUNICIPAL WATER DISTRICT 18AGRXXX R-E-C-I-T-A-L-S

PHASE 1 STAFF FACILITIES LOCKER ROOM

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

REQUEST FOR PROPOSALS

ADDENDUM TO AGCC3. Unless otherwise stated, the contract price includes all taxes.

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

ADDENDUM #1. NOTICE INVITING BIDS SAN Storage

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

DEVELOPER EXTENSION AGREEMENT

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

SHORT FORM SUBCONTRACT AGREEMENT

STRUCTURAL ENGINEERS ASSOCIATION OF ARIZONA. Gail S. Kelley, P.E., Esq., LEED AP June 3, 2017

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

REQUEST FOR PROPOSALS

RFQ #1647 April 2017

Washington University in St. Louis

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Request for Proposal

W I T N E S S E T H:

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

Telemetry Upgrade Project: Phase-3

SECTION IV CONTRACT BID NUMBER

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONSULTANT SERVICES AGREEMENT

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

REQUIRED AT PROPOSAL STAGE:

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA 94022

REQUEST FOR PROPOSALS FOR MUNICIPAL CODE ENFORCEMENT SERVICES. Issuance Date March 4, Deadline for Submissions April 1, 2016 at 2:00 P.M.

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

SALEM CITY. NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Request For Proposal (RFP) for

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSALS for COMPREHENSIVE FACILITY CONDITION ASSESSMENTS CITY HALL AND RECREATION CENTERS for CITY OF SAN MATEO, CALIFORNIA

Transcription:

NAPA SANITATION DISTRICT Napa, California REQUEST FOR QUALIFICATIONS MST RECYCLED WATER PIPELINE EXTENSION PROJECT (CIP 14726) Issued on November 11, 2015 STATEMENTS DUE: December 8, 2015 AT 2:00 PM In the Napa Sanitation District Office 1515 Soscol Ferry Road Napa, CA 94558 NSD CONTACT: KYLE BROUGHTON (707) 258-6030 kbroughton@napasan.com

CIP 14726 Page 2 of 15 TABLE OF CONTENTS Section Section Title Page(s) A Invitation 3 B Background/ Project Alignment 3 C Available Documents 3 D Statement Content 4 E Evaluation of Statements 5 F Selection Process 5 G Disclaimers 6 H Deadline for Submission of Statements 6 I Contact Person 7 Attachment A Project Alignment Attachment B Sample Professional Services Agreement

CIP 14726 Page 3 of 15 A. INVITATION The Napa Sanitation District (District) is seeking a qualified engineering consulting firm to provide professional engineering services for the development of plans and specifications for the MST Recycled Water Pipeline Extension Project (CIP 14726). This is a request for engineering consulting firms to submit written statements of their qualifications. District staff will evaluate the submitted written statement of qualifications and the top ranked consultants will be invited to submit a detailed proposal. One consultant will be selected to design the project. B. BACKGROUND/PROJECT ALIGNMENT The project will provide recycled water to address declining groundwater levels in the Milliken-Sarco-Tulocay (MST) area of Napa County. In early 2016 NSD will complete construction of 5 miles of 24-inch and 12-inch recycled water pipeline within the MST area. This pipeline will serve as the main distribution system for recycled water service to the MST area. The MST Recycled Water Pipeline Extension Project (CIP 14726) will extend the original MST pipeline by approximately 3 miles to serve additional irrigation users along Coombsville Road, First Avenue, and North Avenue. See Attachment A Project Alignment. The proposed pipeline extensions include (approximately): 7,000 linear feet of 8-inch recycled water main, 4,200 linear feet of 12-inch recycled water main, 3,400 linear feet of 16-inch recycled water main, 2,100 linear feet of 18-inch recycled water main. This project is anticipated to be partially funded by a Prop 84 grant. C. AVAILABLE DOCUMENTS After selection of qualified firms and as part of the RFP process, NSD will make available the following documents for review: MST Recycled Water Pipeline Project conformed plans and specifications Approved environmental documents (EIR/EIS) MST Recycled Water Pipeline Project Geotechnical report

CIP 14726 Page 4 of 15 Additionally, each firm that is determined to be qualified as part of the RFQ process will be invited to meet with NSD staff to discuss the project in detail prior to submittal of a proposal during the RFP process. D. STATEMENT CONTENT The statement will be evaluated using a quality-based selection method. The District discourages overly lengthy statements. The written statement should include the following information. Failure to include the requested information in the requested format may result in a determination that the statement is non-responsive. 1. Cover Letter 1 page maximum. Transmittal letter for the statement and expression of interest in the project. The letter must be signed by the company officer(s) empowered to bind the firm, with the title of each (e.g., president, general partner). 2. Statement Section 1 Organization and staffing of the firm - 1 page maximum (excluding resumes), including a team and staff organization chart. The project manager (who will be the District s point of contact on the project) shall be clearly identified. The consultant s complete name, business address, telephone number and website URL and the name and telephone number of person the District should contact regarding the proposal. Include resumes of the project manager, key project personnel, and resumes of key sub-consultant personnel that will participate on the project (no more than 2 pages per resume) in an appendix to the proposal. This section should clearly define the roles and responsibilities of each member of the team listed in the organization chart. Describe the key team member s experience, emphasizing experience with similar projects. The statement of qualifications does not need to include sub-consultant team information. 3. Proposal Section 2 Experience and Qualifications 2 pages maximum. Include sample projects completed by the firm. Sample project should be similar in scope (water or recycled water pipeline projects constructed by a public agency). This section shall include a table that lists relevant projects completed by the firm with the following information: o Project title o Owner/agency o Owner/agency point of contact (name, phone, email) o Design completion date o Construction completion date (if applicable)

CIP 14726 Page 5 of 15 o Construction cost estimate or bid amount o Final construction cost at project completion (if applicable) o Team members (listed in this proposal for MST Extension Project) that worked on the project and their role on the project 4. Statement Section 4 Exceptions, if any, to the District s Professional Services Agreement length as necessary. A consultant with an active Professional Services Agreement will be required to perform this work under that Agreement. Consultant will be expected to execute the attached Professional Services Agreement or a substantially similar agreement that incorporates the requirements of the ARRA, without any modification, unless specific exceptions are noted with explanation in this section. E. EVALUATION OF STATEMENTS The ideal firm and project manager will have extensive experience completing largediameter water and/or recycled water pipeline systems including trenchless design (bore and jack, micro-tunneling, etc), and federal grant-funded projects. Experience listed in the statement should demonstrate the capability of preparing specifications and design plans. The District is primarily interested in the relevant project experience of the Project Manager and the individuals proposed to perform the work. Written statements will be evaluated by District employees based upon the firm s capability in supporting each of the following items: Firm background and organization (5 points) Firm qualifications (20 points) Team experience (40 points) Project Manager qualifications and experience (35 points) F. SELECTION PROCESS Any firm believing it is qualified to complete the work described in this Request for Qualifications (RFQ) is encouraged to submit a statement of qualifications. The District will evaluate the submitted written statements of qualification against the stated criteria. The top ranked firms will then be sent a formal Request for Proposal (RFP) and be invited to submit a detailed proposal. All firms that received this RFQ will be provided with the list of firms invited to submit detailed proposals. As part of the RFP process, those firms chosen to submit will be encouraged to partner with other firms to provide the best level of technical understanding, past project experience, and local knowledge.

CIP 14726 Page 6 of 15 If your firm does not submit a statement of qualifications, your firm is still eligible to partner with firms receiving an RFP. G. DISCLAIMERS This Request for Qualification does not commit the District to award a contract or to pay any costs incurred in the preparation of a statement in response to this Request. The District reserves the right to negotiate with any qualified firm regardless of whether the firm responded to this request. H. DEADLINE FOR SUBMISSION OF STATEMENTS The Consultant shall submit three (3) paper copies and one (1) electronic copy (on a CD in PDF format) of its proposal in a sealed envelope, clearly marked Statement of Qualifications for MST Recycled Water Extension to: Napa Sanitation District Attn: Kyle Broughton 1515 Soscol Ferry Road Napa, CA 94558 To be considered, statements must be received by 2:00 p.m. on December 8, 2015. Statements received after this date and time will not be accepted and will be returned to the consultant unopened unless necessary for identification purposes. The following is the anticipated schedule for Consultant selection, contracting, and project design/construction: Deadline for Inquiries: December 4, 2015 (2:00 p.m.) Statements Due: December 8, 2015 (2:00 p.m.) Review Completed: December 11, 2015 Distribution of RFP: December 16, 2015 Proposals Due: January 19, 2016 Interviews (if necessary): January 28, 2016 Award of Design Contract February 17, 2016 Design Mar-Nov 2016

CIP 14726 Page 7 of 15 Bid Advertise December 2016 Construction Apr-Oct 2017 I. CONTACT PERSON Inquiries relating to this and/or the required services should be directed to: Kyle Broughton, PE Associate Engineer Napa Sanitation District 1515 Soscol Ferry Road Napa, CA 94558 Phone: (707) 258-6030 Email: kbroughton@napasan.com

CIP 14726 Page 8 of 15 ATTACHMENT A PROJECT ALIGNEMENT

CIP 14726 Page 9 of 15 ATTACHMENT B NAPA SANITATION DISTRICT PROFESSIONAL SERVICES AGREEMENT (AGREEMENT) THIS AGREEMENT is entered into on this day of, 20 by and between CONSULTANT hereinafter referred to as CONSULTANT, and NAPA SANITATION DISTRICT, a California Special District, Napa County, California, hereinafter referred to as DISTRICT, as follows: 1. Notification Information: NAPA SANITATION DISTRICT CONSULTANT NAME Andrew Damron, PE ATTN: 1515 Soscol Ferry Road Address Napa, CA 94558 Address T: 707-258-6007 T: (Fax) 707.258.6048 Type of Services Provided: 2. Authorizations for Professional Services: Authorization for any and all services under this Agreement shall be solely by written Task Order, executed by the General Manager or Purchasing Agent. 3. Project: The project name, number, and location will be defined by future Task Orders. 4. Scope of Services: Miscellaneous professional services as described in Task Orders to be issued by the DISTRICT General Manager or Purchasing Agent, and if accepted, performed by the CONSULTANT. The Task Order Form, attached hereto as Exhibit A, shall be utilized by CONSULTANT and when completed, shall include Task Order number (issued by DISTRICT), scope of services, time for completion, list of submittals with milestone dates, and a Total Not-to-Exceed Fee amount. The CONSULTANT shall prepare as part of each Task Order a detailed task-cost spreadsheet detailing the major and secondary tasks to be accomplished along with the associated labor classification hours, fees, and other direct costs.

CIP 14726 Page 10 of 15 For each Task Order, CONSULTANT shall list the Project Manager, subconsultants to be utilized, and any other pertinent information. CONSULTANT shall attend Board meetings on an as-needed basis, as directed by DISTRICT. 5. Independent Contractor: The CONSULTANT is an independent Contractor, and shall not be considered an employee of DISTRICT. Notwithstanding any other DISTRICT, state, or federal policy, rule, regulation, law, or ordinance to the contrary, CONSULTANT and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by DISTRICT, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of DISTRICT and entitlement to any contribution to be paid by DISTRICT for employer contributions and/or employee contributions for PERS benefits. 6. Insurance: CONSULTANT shall, at no cost to DISTRICT, obtain and maintain insurance during the term of this Agreement. CONSULTANT shall furnish evidence of such coverage, naming DISTRICT, its Directors, officers, agents, employees and designated volunteers as additional insured, as stated in Exhibit C. 7. Indemnification: a. Non-Design Professional Indemnity Requirement. To the extent any of the services provided under this Agreement do not constitute design professional services and are therefore not subject to Section 2782.8 of the California Civil Code, CONSULTANT shall indemnify, defend with counsel selected by the DISTRICT, and hold harmless the DISTRICT and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct, recklessness or negligent acts or omissions of CONSULTANT or its employees, subcontractors, or agents or by acts for which they could be held strictly liable. The foregoing obligation of CONSULTANT shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises wholly from the negligence or willful misconduct of the DISTRICT or its officers, employees, agents, or volunteers and (2) the actions of CONSULTANT or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law

CIP 14726 Page 11 of 15 b. Design Professional Indemnity Requirement. To the extent the services provided pursuant to this Agreement are determined to be design professional services subject to Section 2782.8 of the California Civil Code, CONSULTANT s duties to indemnify, defend and hold harmless the DISTRICT shall be limited. In such cases, CONSULTANT shall only, to the fullest extent allowed by law, with respect to all design professional services performed in connection with this Agreement, defend with counsel acceptable to DISTRICT, indemnify, and hold DISTRICT, its officers, employees, agents, and volunteers, harmless from and against any and all claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the CONSULTANT ( Claims ). CONSULTANT will bear all losses, costs, damages, expense and liability of every kind, nature and description that arise out of, pertain to, or relate to such Claims, whether directly or indirectly ( Liability ). Such obligations to defend, hold harmless and indemnify the DISTRICT shall not apply to the extent that such Liability is caused by the sole negligence, active negligence, or willful misconduct of the DISTRICT. c. General Indemnity Requirements. Regardless of what type of indemnity obligation is found to apply, with respect to third party claims against the CONSULTANT, the CONSULTANT waives any and all rights of any type of express or implied indemnity against the Indemnitees. However, notwithstanding the foregoing, in accordance with California Civil Code Section 1668, nothing in this Agreement shall be construed to exempt the DISTRICT from its own fraud, willful injury to the person or property of another, or violation of law. In addition, and notwithstanding the forgoing, to the extent this Agreement is a construction contract as defined by California Civil Code section 2783, as may be amended from time to time, such duties of CONSULTANT to indemnify shall not apply when to do so would be prohibited by California Civil Code Section 2782. 8. Compensation: DISTRICT agrees to pay CONSULTANT by (a) on a time and materials, not-to-exceed fee basis pursuant to the CONSULTANT S Fee Schedule, attached hereto as Exhibit B and made a part hereof; or (b) by lump sum payment basis, as agreed upon and shown in each approved Task Order. Total compensation paid for a given Task Order shall not exceed the not-to-exceed value authorized in said Task Order without the written approval of the General Manager or Purchasing Agent. CONSULTANT'S statement of charges shall be submitted monthly as the work progresses. Each invoice shall include reference to the Task Order Number and Project name, description of the services rendered and referenced to the task number(s) in the task-cost spreadsheet; list of labor classifications employed during the invoiced pay period, including labor and other direct costs; estimate of percent project complete based on actual completion of project milestones and other

CIP 14726 Page 12 of 15 project management criteria as opposed to amount of budget spent; and listing of total authorized fee amount, current invoice amount, amount invoiced to date, and fee balance remaining. Payment will be made within thirty (30) days after receipt of such statement. 9. Additional Services: In no event shall CONSULTANT be entitled to compensation for additional services associated with a Task Order unless a written authorization or change order describing the work and payment terms has been executed by General Manager or Purchasing Agent prior to the commencement of the work. In the event that no rate or charge is listed for a particular type of extra work, CONSULTANT shall be paid for the extra work at the rate to be mutually agreed on prior to commencement of the extra work. 10. Time for Completion: Unless the time is extended in writing by DISTRICT General Manager or Purchasing Agent, CONSULTANT shall complete all services covered by this Agreement no later than the Completion Date specified in individual Task Order, but in no case, later than the termination date specified, unless an extension to this agreement is executed by the General Manager or Purchasing Agent. 11. Documentation: CONSULTANT shall furnish to DISTRICT project status reports, task specific deliverables and other information as specified in the Task Order and associated change orders. 12. Ownership of Documents: All materials and records of a finished nature, such as final plans, specifications, and reports prepared or obtained in the performance of this Agreement, shall be delivered to and become the property of DISTRICT. All materials of a preliminary nature, such as, sketches, preliminary plans, computations and other data, prepared or obtained in the performance of this Agreement, shall be made available, upon request, to DISTRICT at no additional charge and without restriction or limitation on their use. However, reuse of such materials by DISTRICT on any other project shall be at sole risk of DISTRICT and without liability of CONSULTANT. 13. Record Retention: Except for materials and records delivered to DISTRICT, CONSULTANT shall retain all materials and records prepared or obtained in the performance of this Agreement, including financial records, for a period of at least three years after CONSULTANT'S receipt of the final payment under this Agreement. Upon request by DISTRICT, CONSULTANT shall make such materials and records available to DISTRICT at no additional charge and without restriction or limitation on their use. CONSULTANT shall also make such materials and records available to authorized representatives of the state and federal governments at no additional charge. 14. Termination by District: At its option, DISTRICT shall have the right to terminate this Agreement at any time upon 30 days written notice to CONSULTANT, whether or not CONSULTANT is then in default. Upon such termination, CONSULTANT shall, without delay, deliver to DISTRICT all materials and records prepared or obtained in the performance of this Agreement, and shall be paid, without duplication, all amounts

CIP 14726 Page 13 of 15 due for the materials, equipment, and services rendered up to the date of termination. 15. Abandonment by Consultant: In the event that CONSULTANT ceases performing services under this Agreement or otherwise abandons the project prior to completing all of the services described in this Agreement, CONSULTANT shall, without delay, deliver to DISTRICT all materials and records prepared and obtained in the performance of this Agreement, and shall be paid for the reasonable value of the services performed up to the time of cessation or abandonment, less a deduction for any damages or additional expenses which DISTRICT incurs as a result of such cessation or abandonment. 16. Dispute Resolution: The parties agree in good faith to attempt to resolve amicably, without litigation, any dispute arising out of or relating to this Agreement. In the event that any dispute cannot be resolved through direct discussions, the parties agree to endeavor to settle the dispute by mediation. Either party may make a written demand for mediation, which demand shall specify the facts of the dispute. The matter shall be submitted to a mediator mutually selected by the parties. The mediator shall hear the matter and provide an informal non-binding opinion and advice in order to help resolve the dispute. The mediator s fee shall be shared equally by the parties. If the dispute is not resolved through mediation, the matter may be submitted to the judicial system. 17. Compliance with Laws: CONSULTANT and any of its subconsultants and subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. CONSULTANT s Failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 18. Patents and Copyrights: The issuance of a patent or copyright to CONSULTANT or any other person shall not affect DISTRICT'S rights to the materials and records prepared or obtained in the performance of this Agreement. DISTRICT reserves a license to use such materials and records without restriction or limitation, and DISTRICT shall not be required to pay any additional fee or royalty for such materials or records. The license reserved by DISTRICT shall continue for a period of fifty years from the date of execution of this Agreement, unless extended by operation of law or otherwise. 19. Assignment and Subcontracts: This Agreement shall not be assignable or transferable in whole or in part by CONSULTANT, whether voluntarily, by operation of law or otherwise; provided, however, that CONSULTANT shall have the right to subcontract that portion of the services for which CONSULTANT does not have the facilities to perform so long as CONSULTANT notifies DISTRICT of such subcontracting prior to

CIP 14726 Page 14 of 15 execution of this Agreement. Any other purported assignment, transfer, or subcontracting shall be void. 20. Heirs, Successors and Assigns: Except as provided otherwise in Section 18 above, that this Agreement shall inure to the benefit of and bind the heirs, successors, executors, personal representatives, and assigns of the parties. 21. Consultant Entitled to Rely: CONSULTANT shall be entitled to rely upon the accuracy of data and information provided by DISTRICT or others known by DISTRICT without independent review or evaluation. 22. Indemnity/Additional Insured Requirements for Construction Contract Documents: For any construction contract documents prepared by CONSULTANT for DISTRICT, CONSULTANT shall include the following items: a. DISTRICT requires that any Construction Contractor performing work in connection with the project for which CONSULTANT is providing professional services, hold harmless, indemnify and defend DISTRICT, CONSULTANT, their Consultants, and each of their directors, officers, agents, employees, and designated volunteers from any and all liability, claims, losses, damages and costs, including attorney s fees arising out of or alleged to arise from the Construction Contractor s performance of the work described in the construction contract documents, but not including liability that may be due to the sole negligence of the DISTRICT, CONSULTANT, their consultants, or their directors, officers, agents, and employees. b. DISTRICT requires Construction Contractor(s) to provide Workers Compensation insurance in accordance with statutory requirements and Employers Liability insurance with the limits of not less than $1,000,000.00. The policy shall be endorsed to provide that the insurer waives any right of subrogation it may acquire against DISTRICT, its directors, officers, agents, and employees by reason of any payment made on account of injury, including death resulting therefrom, sustained by any employee of the insured. c. The Construction Contractor will be required to provide Commercial General Liability insurance, including Completed Operations and Contractual Liability insurance, with the latter coverage sufficient to insure the Construction Contractor s indemnity, as above required; such insurance shall include DISTRICT, CONSULTANT, their consultants, and each of their directors, officers, agents, employees, and designated volunteers as additional insureds. 23. Consultant s Opinion of Probable Construction Costs: Any Opinion of the Construction Cost prepared by CONSULTANT represents his judgment as a design professional and is supplied for the general guidance of DISTRICT. Since CONSULTANT has no control over the cost of labor and material, or over competitive bidding or market conditions, CONSULTANT does not guarantee the accuracy of such opinions as compared to Construction Contractor bids or the actual cost to DISTRICT.

CIP 14726 Page 15 of 15 24. Asbestos and/or Hazardous Materials: In providing its services, CONSULTANT shall not be responsible for identification, handling, containment, abatement, or any other respect, for any asbestos or hazardous material if such is present in connection with the project. In the event that DISTRICT becomes aware of the presence of asbestos or hazardous material at the jobsite, DISTRICT shall be responsible for complying with all applicable federal and state rules and regulations, and shall immediately notify CONSULTANT, who shall then be entitled to cease any of its services that may be affected by such presence, without any liability to CONSULTANT arising therefrom. 25. Construction Contractor Responsibility for Jobsite: For construction contract documents prepared by CONSULTANT for DISTRICT, CONSULTANT shall include the following: a. The Construction Contractor shall assume full responsibility for job site conditions during the process of construction of the project, including safety of all persons and property. b. The DISTRICT will provide CONSULTANT with the District Safety Requirements package that is to be incorporated into all construction contract documents prepared by CONSULTANT. The safety package specifies documentation to be submitted by the bidders, and supplemental submittals to be furnished by the successful Construction Contractor(s). 26. Term of Agreement: The term of this Agreement is from 20 through June 30, 2018. APPROVED AS TO FORM: By: John Bakker, Esq. APPROVED: DISTRICT NAPA SANITATION DISTRICT By: Title: LIST OF EXHIBITS Exhibit A : Sample Task Order Format Exhibit B : Consultant s Fee Schedule Exhibit C : Consultants Insurance Requirements CONSULTANT CONSULTANT NAME By: Title: