AGENDA SUMMARY PUBLIC WORKSSUPPORT SERVICES COMMITTEE Mike Ziegenmeyer, Supervisor, Dist.3 Mat Conant, Supervisor, Dist.5 5 Nicholas Micheli, Alternate, Dist. 1 Dan Flores, Alternate, Dist. 2 Karm Bains, Alternate, Dist. 4 CALIFORNI The agenda and staff reports are posted ont the Sutter County Website at: htp/sutercountycal igm2.c comCizensDalautasp Agenda items are available for review at the Department of Development Services located at 1130 Civic Center Blvd., Yuba City, duringr normal business hours. October 24, 2024 8:30 A.M. 1160 Civic Center Blvd., Suite A Yuba City, CA PROCEDURE FOR PUBLIC COMMENT Members of the public will be provided an opportunity to address the Committee on items of interest to the public that are within the subject matter jurisdiction of the Committee. Any member of the audience who may wish to bring something before the Committee that has not been agendized may do sO at that time; however, State law provides that no action may be taken on any item not appearing on the posted Agenda. PUBLIC COMMENT Public Comment Period DEVELOPMENT SERVICES 1) Authorization of Amendment No. 1 to an existing Independent Contractor Agreement with Environmental Science Associates increasing the contract amount by $166,266 for a new total amount not to exceed $215,766 for work associated with the implementation of the Sutter Pointe Specific Plan, Lakeside project, and authorization for the Director of Development Services to 2) Approval to waive the requirement for a Request for Proposals for equipment purchase under the provisions of County Ordinance 16-050; per the Recommended FY2024-25 Budget, approval to purchase a Ford F250 Flatbed Truck for the Road Division (3-100) utilizing Government Pricing execute all contract documents (MT6574) Concession in an amount not to exceed $86,000 (MT6577) ADJOURNMENT Requests for assistive listening devices or other accommodations, such as interpretive services, should be made through the Department of Development Services at (530) 822-7400. Requests should be made at least 72 hours prior to the meeting. Later requests will be accommodated tot the extent feasible. PWSS AGENDA Page 1 October 24, 2024 1 SER C Agenda Date: October 24, 2024 Agenda Item MT# 6574 CILITONRI PUBLIC WORKSSUPPORT SERVICES COMMITTEE Standing Committee Staff Report To: From: Subject: Public Works/Support Services Committee Neal Hay, Director of Development Services Department: Development Services Authorization of Amendment No. 1 to an existing Independent Contractor. Agreement with Environmental Science Associates increasing the contract amount by $166,266 for a new total amount not to exceed $215,766 for work associated with the implementation oft the Sutter Pointe Specific Plan, Lakeside project, and authorization for the Director of Development Services to execute all contract documents (MT6574) Recommendation Supervisors: It_is recommended that the Public Works/Support Services Committee recommends the Board of 1. Approve an Amendment No. 1 to an existing Independent Contractor Agreement with Environmental Science Associates (ESA) to increase the contract amount from $49,500 to $215,766 for work associated with the implementation of the Sutter Pointe Specific Plan, 2. Authorizes the Director of Development Services, or designee, to execute the amendment and administer it in accordance with the provisions of the Sutter County Ordinance Code and State Lakeside project; and Public Contract Code. Background The Sutter Pointe Specific Plan (SPSP) was initially approved by the Board of Supervisors in. June 2009. Sutter Pointe is envisioned to become a master-planned community with an integrated network of employment villages, residential villages and activity centers designed to provide measurable fiscal success and qualityj jobs and services. The community will include offices and high tech and industrial uses featuring direct transportation links to Sacramento International Airport, Roseville and south Placer County, downtown Sacramento and the greater Sacramento region. A well-planned community provides the necessary infrastructure and local housing opportunities to help attract quality jobs. Generating jobs and building housing within the same community reduces commute times for people driving to work, provides more time at home, and keeps jobs and families in Sutter County. Since the original approval, several amendments have been processed and approved in the In. January 2019, the Board of Supervisors approved awarding two Professional Services Agreements: one with EPS for financial planning services in an amount not to exceed $175,000 (Agreement No. 19- 014) and a second Agreement with Environmental Science Associates (ESA) for land-use SPSP area. Packet Pg. 2 1 planingenvronmental review services in an amount not to exceed $206,280 (Agreement No. 19-015), for work associated with the implementation of the Sutter Pointe Specific Plan. This contract with ESA In February 2024, the Board of Supervisors approved a new Independent Contractor Agreement (ICA) for ESA's services for professional consulting and environmental review services related to the implementation of the Sutter Pointe Specific Plan, inclusive of all expenses, to not exceed $49,500 ESA was initially retained to provide professional consulting planning and environmental review services for related to the implementation of the Sutter Pointe Specific Plan, and the County and the applicant team would like ESA to provide additional planning and environmental consulting services. As part of the next steps to implement Sutter Pointe and the Lakeside project as infrastructure construction occurs and prior to vertical construction commencing, ESA will assist the County with the following activities: (Agreement No. 19-015) has since been concluded and closed out. (Agreement No. 24-012). Planning Services Project Initiation Project Management Environmental Services Entitlements Processing and Coordination Prepare Environmental Review Documents Meetings and Project Management The attached contract amendment includes detailed scopes of work and budgets for each service that has already been reviewed and agreed to by the Lakeside at Sutter Pointe project developers, Lennar Homes (South Sutter, LLC and Riego 1700, LLC) and Winn Communities (TDW Enterprises) who will fund the work provided under the contract. Prior Board Action The Board of Supervisors has taken multiple actions related to Sutter Pointe since the Measure M advisory ballot measure was approved by voters in November 2004. Previous work completed by the County and/or its consultants has been reimbursed by the project applicants with no impact to the County General Fund. Board Alternatives No viable alternative recommendations are available. The implementation of the Specific Plan requires consultant: services to efficiently address the many aspects of the development. Other Department and/or Agency Involvement The County Counsel's Office has worked with Development Services staff to amend the Independent Contractor Agreement. Action Following Approval The Department will execute the contract amendment and a Change Order, pursuant to the Tier-2 Entitlement Staff Funding Agreement between the County of Sutter and Sutter Pointe developers, will be prepared by staff for signature by the County Administrator and developers allowing for this work to proceed. Fiscal Impact There is no fiscal impact to the General Fund as a result of approving this consultant agreement amendment. The Sutter Pointe Tier-2 Entitlement Staff Funding Agreement, approved by the Board of Supervisors on June 12, 2018, and revised on March 10, 2020, provides for developers to reimburse the County for staff and consultants costs associated with this effort. A Budget Amendment will be required to Packet Pg. 3 1 adjust the FY: 2024-25 budget due to the proposed agreement modification. Countywide Goals & Top Priorities Compliance The recommended: actions are consistent with thet following Countywide Goals and Priorities: Goal A: Provide local government leadership, which is open, responsive, ethical, inclusive, and Goal B: Operate County government in a fiscally and managerially responsible manner to ensure Sutter County remains a viable and sustainable community to live, work, recreate, and raise ai family. Goal I. Work in partnership with applicable property owners, developers, and service providers to Priority No. 6.A.1: Analyze ability to developer infrastructure to ensure commerca-ndustna. viability within Sutter Pointe Specific Plan area. Continue working with consultant to develop infrastructure Priority 6.C.1. Work with developers to assist in development of residential properties within Sutter Pointe Specific Plan area. Continue meeting and consulting with residential developers and efficiently transparent, while recognizing andi respecting legitimate differences of opinion. ensure timely implementation of Sutter Pointe Specific Plan. development plans for Board consideration. processing related documents and studies as needed. Respectfully Submitted, s/N Neal Hay Director of Development Services Attachments: 1. ESA Amendment No. 1 Packet Pg. 4 1.a SUTTER COUNTY SUTTER COUNTY DEVELOPMENT SERVICES DEPARTMENT Building! Inspection EnvirommenalHealicUPA Code Enforcement Planning Admin &F Finance Road Maintenance Engineering/Water Resources AMENDMENT NO. 1TOINDEPENDENT CONTRACTORAGREEMENT This Amendment No. 11 to Independent Contractor Agreement ("Amendment') is between Environmental Science Associates ("Consultant") and Sutter County, a political subdivision of the State of California ("County"). This Amendment modifies the Independent Contractor Agreement entered into on February 27, 2024, between Consultant and County, and which is attached to this Amendment as Attachment 1, and collectively referred to as the "Agreement". RECITALS A. The parties to this Amendment entered into the Agreement to retain Consultant Consultant represents that it possesses the qualifications, expertise, and facilities to provide professional consulting planning and environmental review services related to the implementation of the Sutter Pointe Specific Plan; and B. and necessary to perform the services contemplated herein and has proposed to provide these services; C. The County now desires to increase the compensation and services subject toi the agreement. NOW, THEREFORE, THE PARTIES MUTUALLY. AGREE AS FOLLOWS: The Agreement shall be modified asi follows, effective the date this amendment is signed: 1. Section 1 oft the agreement is deleted in its entirety and replaced with thei following: 1. Scope of Services. Pursuant to Governmental Code Section 31000, County retains Consultant to perform all of the professional services described in Exhibit "A" and Exhibit' "B" which is attached hereto and incorporated herein by this reference which shall include professional consulting planning and environmental review services 2. Section 3, paragraph C. of the agreement is deleted in its entirety and replaced with the C. The total compensation payable under this Agreement, inclusive of all expenses, shall not exceed Two Hundred and Fifteen Thousand, Seven Hundred and Sixty-Six dollars ($215,766). The County shall make no payment to Consultant in any greater amount for any extra, further, or additional services, unless such services and payment therefore have been mutually agreed to and the Agreement has been formally amended in accordance with the provisions of this ("Services"). following: Agreement. 1130 Civic Center Boulevard, Suite A . Yuba City, CA 95993 . 530)822-7400 www.sutercounty.org Packet Pg. 5 1.a 3. Exhibit' "A" Scope of Work and Fee Schedule to the agreement is deleted in its entirety and replaced with Exhibit "A" Planning Services - Scope of Work and Fee Schedule and Exhibit "B" Environmental Services = Scope of Work and Fee Schedule attached hereto. This Amendment may be executed ini multiple counterparts, each of which shall be deemed an original agreement and both of which shall constitute one and the same agreement. The counterparts of this Amendment may be executed and delivered by facsimile or other electronic signature (including portable document format) by either of the parties and the receiving party may rely ont the receipt of such document SO executed and delivered electronically or by facsimile as ift the original had been received. force and effect. All other terms and conditions oft the Agreement not modified by this Amendment remain inf full Int the event of any conflict or inconsistency between the provisions of this amendment and the Agreement, its shall ber resolved such that the provisions of this amendment shall control in all respects. COUNTY OF SUTTER CONSULTANT By: NEAL HAY Sutter County DATE: By: DANIEL E. DAMERON Vice President Environmental Science Associates DATE: Director of Development Services APPROVED AST TO FORM: By: DATE: County Counsel Office, Sutter County Exhibits: A-Planning Services Scope of Work, Fee Schedule B-Environmental Services Scope of Work, Fee Schedule Environmental Science Associates (ESA) Page 2of2 Amendment No. 1 Packet Pg. 6 1.a Exhibit A Planning Services Scope of Work and Fee Schedule Packet Pg. 7 1.a ESA 2600 Capitol Avenue, Suite2 200 Sacramento, CA 95816 916.564.4500 phone 916.564.4501 fax esassoc.com August 20,2024 Sutter County Development Services Attention:. Arwen) Wacht Principal Planner 1130 Civic Center Blvd Yuba City, CA95993 Dear Arwen: RE: Contract Modification #1: Planning Consulting Services Proposal for thel Lakeside at Sutter Pointe Project The County hasi reached out to Environmental Science. Associates (ESA) requesting: a scope forp planningconsulting services fort thel Lakeside at Sutter Pointel Project (Project), which was approved byt the Board of Supervisorson November: 17,2020. The purpose of this scopei ist to provide support tot the County to advance the! Project through the entitlements process in at timely and efficient manner, coordinating closely with County staff and the Project applicant. Please refert tol Exhibit Af fort thep proposed scope of work andl Exhibit Bi for ESA's schedule oft fees. This scope of work, if approved byt the County, will serve as Contract Modification #1 to the County and ESA: agreement, established on ESAI has assembled an experienced team to assist the County witht this effort. Beverly Choi, Community Planning Program Manager, will bei the primary point of contact and assign stafft toi individual tasks as appropriate based on technical requirements, schedule, and coste efficiency. Beverly will be: supported by! Northern California Community Development Director Dan Dameron as strategic advisor, Senior Planner Alison Lenci, among other technical staff as We appreciate this opportunityt to continue working with the County and looki forwardi to discussing thist further with you. Pleasef feel freet to contact Beverly Choi directly at 646.707.1906 or via email at bchoi@esassoc.com with any questions you! have regarding thes scope of work, schedule, or budget. Thank) youf for your time and consideration. February27,2024. needed. Sincerely, Dae Beverly Choi Community Planning Program Manager Environmental: Science Associates esassoc.com Packet Pg. 8 1.a Letter Proposal Page 2 August t20,2024 Planning Services fort thel Lakeside at Sutter Pointe Project Exhibit A Sutter County: Lakeside at Sutter Pointe Project Planning Services Scope of Work Thet tasks ands services described int this proposed scope of work are general andi may bet further refined during the planning process. Thei focus will be on ensuring thei timely, efficient, ande effective processing oft the Projecti ina collaborative manner with County staff, decision makers, thel Projecta applicant team, the community, andi relevant agencies ands stakeholders. ESAI will provide services to Sutter County in support of the Lakeside at Sutter Pointe Project, including, but not limited to, thet following activities ast budget allows: A. Project Initiation Attend al kickoff meeting witht the County and applicant team to define roles and responsibilities, develop communication lines, establish procedures andi milestones, review County and Project applicant objectives, discuss keya anticipated issues, define coordination andr review protocols, and ii. Review available Project application! information, plans, studies, andi relevant County documents such iii. Ifdesired, tourt thel Project sitet to get familiar withi the physical characteristics and uses oft the property establish initial schedule and other expectations. as the General Plan, Zoning Code, recent plans, and other pertinentr materials. and surrounding areas. B. Entitlements Processing and Coordination Assisti int the review of applicant submittals by documenting ESA1 feedback in writing, reviewing and consolidating County and ESAi input, categorizing and prioritizing comments, and conducting issue resolution meetings with applicant team, ESA, and appropriate agencies.. AlL ESA and County feedback ii. Ensuret that all applicant-submitted documents aret thorough, accurate, adequate and arei in compliance with County expectations, Conditions of Approvals, Project objectives, County policies and standards, and applicable State and federal gulatonyrequirements: Ensure documents can be provided tot the applicant willl bef from the "County" and noted as such. effectivelyi implemented. C. Project Management Provide regular communication between County staff, ESA, the applicant team, appropriate agencies, ii. Establish recurring meetings between County: staff and ESA (County team), andl between County team and applicant team. At minimum, virtual one-half! hour check-ins between County staffa and ESA are anticipated every two weeks for the duration oft thes schedule noted in this scope of work. These meetings will address project issues, provide consistent input and direction, discuss strategy, review milestones and newi information, resolvei issues, coordinate activities and assignments, and ensure and Project stakeholders. steady project progress. 2 Lakeside: ats Sutter Pointe August 20, 2024 Environmental: Science Associates esassoc.com Packet Pg. 9 1.a Letter Proposal Page3 3 August 20,2024 Planning Services fort thel Lakeside at Sutter Pointe Project i. Track Project schedule, follow up and enforce agreedupondeadlines, and provide regular project status and schedule updates. Schedule and Fee Estimate Itis anticipated that County: staff will assign specific tasks tol ESA1 to complete this scope ofv work. Thel level ofe effort will vary dependent upon ar number oft factorsi including, but notl limited to, the completeness of documents submitted byt the applicant and othersi forr review, the number and nature of comments received/generated ont those documents, the extent and pace ofi issue resolution, the subsequent number of revised drafts of materials required to meet County requirements, the extent: and complexityo ofentitlementsr required, thel level of public and decision maker outreach and Given the general and varied nature oft thiss scope of work, planning services will be completed on a' "time and materials" basis. Ani initial budget estimate of $126,266i in ESAI labori is projected for 61 months (or 26 weeks). For purposes of budgeting, thise estimate generally assumes anl ESA: start date of September 25, 2024 and an average of approximately 16 hours of ESA: stafft time per week, split between senior and mid-level staff. The actual level of effort will vary weekly depending ont thes stage of the project and complexity of the assigned tasks. Upon expending fifty percent (50%) oft the initial budget estimate and any subsequent budget estimates, ESA: and the County will review the remaining level of In addition tol labor, ESAI willi incur direct expenses associated with providing services, including, but not limited to, document and graphicr reproduction, travel, and postage. All labor and expenses willl be charged in accordance with comments, andi the ultimatet term oft the planning effort. effortrequired: and adjust the Project budget accordingly. ESA's current: schedule off fees. Please refer tol Exhibit Bi for details. 3 Lakeside: ats Sutter Pointe August 20, 2024 Environmental: Science Associates esassoc.com Packet Pg. 10 1.a ESA EXHIBIT B Environmental Science Associates & Subsidiaries: 2024 Schedule of Fees I. Personnel Category Rates Charges will be made at the Category hourly rates set forth below for time spent on project management, consultation or meetings related toi the project, field work, report preparation and review, travel time, etc. Time spent on projects in litigation, in depositions and providing LABOR CATEGORY BILLING BILLING BILLING BILLING BILLING BILLING expert testimony willl be charged at the Category ratet times 1.5. STEPI STEPII STEPII STEPIV STEPV STEPVI Senior Principal Consultant Principal Consultant Managing Consultant Senior Consultant Associate Consultant Consultant Project Technician $255 $210 $189 $155 $137 $104 $75 $282 $238 $211 $171 $151 $117 $97 $311 $265 $234 $192 $164 $129 $119 $341 $293 $256 $212 $177 $143 $142 $371 $321 $278 $233 $190 $156 $164 $401 $349 $300 $253 $203 $169 $186 (a) The range of rates shown for each staff category reflects ESA: staff qualifications, expertise and experience levels. These rate ranges allow our project managers to assemble the best project teams to meet the unique project requirements and (b) From time to time, ESA retains outside professional and technical labor ona temporary basis to meet peak workload demands. Such contract labor may be (c) ESA reserves the right to revise the Personnel Category Rates periodically to reflect client expectations fore each opportunity. charged atr regular Employee Category rates. changes in its operating costs. II. ESA Expenses A. Travel Expenses 1. Transportation a. Company vehicle -1 fixed rate + feei for mileage in excess of 100 miles. b. Common carrier or car rental - actual expense multiplied by 1.15 Ifcompany vehicle is to be used in off-road conditions, a daily $15 use fee will 2. Lodging, meals and related travel expenses- - direct expenses multiplied by 1.15 be added to the standard daily vehicle rate. 1 Packet Pg. 11 1.a ESA ESA: 2024 Schedule ofF Fees B. Technology and Data Management Fee Non-travel expenses incurred for1 the duration of the agreement for project support but not itemized below. Project labor charges multiplied by 3%. Fee encompasses thet following: 1. Ongoing long-term retention and retrieval, management, and security of 2. Proprietary tools, cloud data services, data science and Al capabilities as project-related data. required for project delivery. C. Cloud-based Services ITEM RATE/HOUR RATE/DAY RATE/WEEK RATE/MONTH Cloud-based Services Nearmap High Resolution Images ArcGIS Online Hosting (WebI Maps/Apps) Website Hosting Custom Application & Services Hosting* Modeling (GeoHECRAS, TUFLOW, Delft3D) + Drone Processing Aviation Environmental Design Tool (AEDT) Processing $55/image $160 $190 $225 $200 $300* $3,900 $4,600 $7 $13 $950 $1,120 *includes supportf for database, SSL, ITs support- costs vary by project. Contact software development: services forf firmp pricing. D. Printing/Reproduction Rates Ifaweekly or monthly ratei is not provided, equipment usage is billed at a daily rate. ITEM RATE/PAGE $0.15 $0.30 $0.50 $0.80 $0.50/sf $1.25/sf $2.50/sf $5.00/sf $10.00 $20.00 (upt to 50i images) Atc cost plus 10% SAMPLE PRICING Black & White- -8.5x11 Black & White - 11x17 Color- -8.5x11 Color- - 11x17 B&W - Plotter (Toner - ECO Quality) B&W- Plotter (Toner - Presentation Quality) Color- Plotter (Inkjet- - ECO Quality) Color- Plotter (Inkjet- - Presentation Quality) CD Digital Photography AlI Otherl Items (including bindings and covers) 24x36 B/W CAD drawing would cost $3 pers sheet 24x36 B/W CAD drawing) would cost $7.50 pers sheet 24x36 Color Drawing would cost $15 per sheet 24x36 Color Drawing would cost $30 per sheet 2 Packet Pg. 12 1.a ESA ESA 2024 Schedule ofFees E. Equipment Rates ITEM RATE/DAY RATE/WEEK RATE/MONTH Project Specific Equipment: Vehicles - Standard size (no off-road usage) Vehicles - 4x4 Truck (light duty) Vehicles - 4x4 Truck (heavy duty) Vehicles - ATV Noise Meter Hydroacoustic Noise Monitoring Equipment Satellite Phone Electrofisher Field" Traps Digital Hypsometer (Nikon) Backpack Sprayer 360-Degree 4k Camera High Resolution Time-Lapse Camera Beach Seine Otter Trawi Wildlife. Acoustics Bat Detector Wildlife Trail Camera Fiber Optic Endoscope Spotting Scope Personal Protective Equipment (PPE) opographcBatnymetnic Survey Equipment: Total Station UAV/Drone RTK-GPS RTK-GPS Smartnet Subscription Hypack Survey Software Laser/Auto Level Single-Beam Echoshounder Sidescan Sonar 1m GNSS Data Collection System Sub-meter GNSS Data Collection System Sub-foot Data Collection System Garmin GPS ore equivalent ISCO: 2150 Area Velocity Flow Logger SonTek IQ-Plus Area Velocity Flow Logger Logging Rain Gage Hand-Held Current Meter Surface Velocity Radar Wave Pressure Sensor Wave Buoy Sonic Wave Sensor Logging Waterl Level- Pressure Transducer Logging Barometric Pressure Logger Well Probe /Water Level Meter Bottom-Mounted Tripod Mooring Stormwater Crest Sampler Radar Wave Sensor with Logger Box Water Quality Equipment: Logging Turbidimeter/Water Level Recorder Logging Condutivity/Water Level Recorder Recording Conductivity Meter W/Datalogger Hand-Held Turbidimeter Hand-Held Salinity Meter or pHr meter Logging Salinity Gauge Logging DO/Temp Probe 100a 150a 175a 150 115 175 15 350 50 25 30 35 20 60 115 125 30 150 50 25 300 300 300 75 150 50 150 200 85 115 230 30 $ 50 100 10 50 50 35 25 30 150 $ 20 50 35 $ 500a 70 1,750 175 100 400 100 750 200 1,500 250 350 600 425 1,700 Hydrologic Data Collection, Water Current, Level and Wave Measurement Equipment: $ 300 500 50 115 175 175 150 300 $ 60 200 $ 800 1,500 200 460 700 500 125 60 400 20 1000 $ 400 250 200 150 150 3 Packet Pg. 13 1.a ESA ESA2 2024 Schedule ofF Fees ITEM RATE/DAY RATE/WEEK RATE/MONTH Logging Water Quality Sonde 1 Sensor Logging' Water Quality Sonde: 2 Sensor Logging' Water Quality Sonde: 3 Sensor Logging' Water Quality Sonde 4 Sensor Telemetry System Hardware Water Quality Multi-Probe Depth Profiler Niskin Water Sampler ISCO 67121 Portable Sampler w/ISCO: 2105 Module Sedimentation Geotechnical Equipment: Peat Corer 60lb Helly-Smith Bedload Sampler Mini-Ponar Grab Sampler DH-76 Suspended: Sediment Sampler D-96 Suspended Sediment Sampler Bridge Crane RSET AMS Soil Sampling Kit Hand-Held Helley-Smith Bedload Sampler Guelph Permeameter Sludge Sampler Shear Strength Vane Handheld DH-48 Suspended Sediment Sampler Boats: Small Watercraft 15-17'Boat 20'-21'E Boat 22'-25' Boat Houseboat Floating! Laboratory 50 65 75 90 200 50 60 $ 85 200 50 100 200 150 50 50 30 60 60 60 30 $50 350 400 500 200 250 300 350 350 700 800 900 1,000 125 900 $_200 1,200 1,800 2,000 4,500 Actualp projecto charges willi include thec daily ratep plus $0.75p per beyond1 100n miles III. Subcontracts Subcontract services will bei invoiced at cost multiplied by 1.15. IV. Other when appropriate. The fees above do noti include sales tax. Any applicable or potential sales tax will be charged V. Payment Terms Unless otherwise agreed in writing, ESA will: submit invoices on a monthly basis. Any unpaid balances shall draw interest at one and one half percent (1.5%) per month or the highest rate allowed by law, whichever is lower, commencing thirty (30) days after date ofi invoice. All invoices not contested in writing within fifteen (15) business days of receipt are deemed accepted by Client as true and accurate and Client thereafter waives any objection to Clients invoices, which are payable in full. 4 Packet Pg. 14 1.a Exhibit B Environmental Services Scope of Work and Fee Schedule Packet Pg. 15 1.a ESA 2600 Capitol Avenue, Suite 200 Sacramento, CA 95816 916.564.4500phone 916.564.4501fax esassoc.com August28,2024 Sutter County Development: Services Attention: Arwen! Wacht Principal Planner 1130 Civic Center Blvd Yuba City, CA95993 DearArwen: RE: Environmental Consulting Services Proposal fort the County Service Areal Formation The County has reached out to Environmental Science Associates (ESA) requesting as scope for environmental consulting services fort the completion of CEQA documentationt fort thee establishment of the County Services Areaf fort the Sutter Pointe Specific Plan Area. Based on preliminaryi information from County staff, iti is ourunderstanding: that the establishment ofa a County Service Areal had been discussed in preliminary planning but evolution ofl land use plans for the Specific Plan area are: sufficient tov warrant an updated CEQA analysis to evaluate changes. Based on our understanding oft the changes to the Sutter Pointe Specific Plan, relative to planned development oft the Sutter Pointe Specific Plan area, as analyzed int the Sutter Pointe Specific Plan EIR (SCH# 2007032157), and as amended, ESA proposes the preparation of an Addendum to the Sutter Pointe Specific Plan EIR to meeti ther requirements of CEQA. Pursuant to CEQAG Guidelines Section: 15164, thet focus of the Addendum willl bet to address the changes to the proposed Sutter Pointe Specific Planas it relates to the establishment ofa CSA( (proposed project), andi to determine whethera any of the conditions identified in Guidelines 15162(a) would occur. ESA's scope of work provides for preparation ofa an Addendum tot the Sutter Pointe Specific Plan! EIR. Addenda are intended forr minor modifications to a previously approved project CEQAGuidelines: section 15164). The proposed project appears to meett these criteria. The Addendum willr rely on thea analysis previously conducted fort the Sutter Pointe Specific PlanE EIR, including mitigation measures included int the adopted Mitigation Monitoring andl Reporting Plan. The Addendum will supplement this already available information with updated analysis thatr reflects the proposed project modifications associated with the current planto create a CSA1 for the plan area and will compare the changed effectst to the criteria that are established ins section 15162(a) of the CEQA Guidelines. The Addendum will be prepared consistent with at format provided by SutterCounty. Environmental Analysis Scope of Work Task: 1: Prepare Addendum Under this task, ESAI will prepare a document that analyzes the environmental effects offormation of the CSArelative: to thei impacts analyzed under the 2009 EIR. Based on our current understanding that thep project includes formation of the CSA, which willr notr resulti in an increase in residential units or development growth beyond what was considered in the 2009E EIR and subsequent addenda, we anticipate that the results oft the analysis willr resulti in conclusions that would support the County's adoption of an Addendum. Consistent with af format established byt the County, eachofthe21 Environmental. Science Associates esassoc.com Packet Pg. 16 1.a Letter ProposalPage2 August 28,2024 Proposal fort the Sutter Pointe County Service Areal Formation topics, as well as alla associated thresholds ofs significance, providedi in CEQA Guidelines Appendix Gwilll be addressed.In addition, af fulsome project description will be prepared, usingi information submitted byt theCounty. This task does noti include: specialized modeling efforts, fort topics such as air quality, health risk assessment,8 greenhouse gas emissions, noise, or energy, or extensive research efforts. Draft and Final Addendum (Electronic Word & PDF Versions) Task: 2: Meetings and Project Management Task: 1 Deliverables: ESA will attend upt to 3r meetings withi the County. ESAI will also perform project management tasks related to coordination of ouri in-house project team; coordination with any ofthe Count/s.consutantsi invoicing and preparation ofn monthly progress reports; and general coordination related to project execution. Task 2 Deliverables: Task: 3: Direct Expenses Attendance at upt to four (4) meetings by ESAI Project Manager and Deputy Project Manager ESAI has allocated ar minimal direct expense budget related toi items including mileage, reproduction, the use ofin-house software programs, and other miscellaneous direct expenses. Schedule We understand that the Countyise eagert toi initiate and complete the Addendum process as soon as possible. Based on this, we expect thatt the draft project description could be prepared and submitted in approximately two weeks of issuance ofal Notice to Proceed. ESA will submit the Draft Addendum evaluation and analysis materials withine eight We will respond to any comments received from the County within 10 business days of receipt of comments. ESAproposes to complete this scope for at total cost of $49,500, as summarized in the cost table below: weeks of receipt ofcomments and requested information on the draft project description. Budget PROJECT COST ESTIMATE SUMMARY TABLE ESA Labor Cost Contingency/1590) $ $ $ $ 33,626 5,044 1,009 321 40,000 ESA Labor Technology and Data Management Fee -> 3% $ ESAI Non-Labor Expenses (see Attachment A1 for detail) PROJECT TOTAL Ac detailed cost estimate isa attached. This costi is based ont thet folowingassumptions: 2 Sutter PointeCSA! FormationCEQA P202401045.00/ August 28, 2024 Environmental. Science Associates esassoc.com Packet Pg. 17 1.a Letter ProposalPage3 August 28,2024 Proposal fort the Sutter Pointe County Service Areal Formation Alterations tot the Projectdescription that occur after establishment of the cEQAProectdescripion, as agreed upon by ESA andi the County, would be considered beyond the existing scope and may require contract modification! ifa additional level ofe efforti is required; The Countysconcurrence: with this proposed: scope of work; Technical adequacy of all County anda applicant-provided' technical studies; Lowl level of controversyt fromi interested parties; and No new: substantive issues raised duringpreparation: of the Addendum. Itv would be our pleasure tot further discuss our proposed work plan or answer any questions) you may! have regarding the project. Pleaset feel freet to contact. Jon Teofilo directly at (909) 910-9958 or via emailj teollo@esassoc.com. Wel lookt for- ward tot the opportunityt tocontinue working witht the Countyi in the Sutter Pointe Specific Plana area and thank) you for yourt time and consideration. Sincerely, Jon B Environmental Planning Program Manager 3 Sutter PointeCSAI FormationCEQA P202401045.00/ August 28, 2024 Environmental. Science Associates esassoc.com Packet Pg. 18 1.a 99908 s 0 N Noo 16 D8 Packet Pg. 19 1.a Attachment 1 Independent Contractor Agreement Environmental Science Associates Dated February 27, 2024 Packet Pg. 20 1.a 24-012 SUTTER COUNTY SUTTER COUNTY DEVELOPMENT SERVICES DEPARTMENT Building! Inspection EnviroamertalMelNcUPA Code Enforcement Planning Admin 6F Finance Road Maintenance Engineering/Water Resources INDEPENDENT CONTRACTOR AGREEMENT This Independent Contractor Agreement ("Agreement") is made and entered into this 27th day of February, 2024, by and between Sutter County, a political subdivision of the State of California ("County"), and Environmental Science Associates ("Consultant'). RECITALS: A. County has determined that it is desirable to retain Consultant to provide professional consulting planning and environmental review services related to the implementation oft the Sutter Pointe Specific Plan;and B. Consultant represents that it possesses the qualifications, experience, and facilities necessary to perform the services contemplated herein and has proposed to provide those services; and C. The County desires to retain Consultant to perform the proposed services. County and Consultant agrees as follows: AGREEMENT: 1. Scope of Services. Pursuant to Government Code Section 31000, County retains Consultant to perform all the professional services described in Exhibit "A" which is attached hereto and incorporated herein by this reference which shall include professional consulting planning and environmental review services/Services). 2. Term. Services under this Agreement shall commence on March 4, 2024, and shall continue until October 31, 2025, or until the agreement is terminated by either party in accordance with the provisions of thisAgreement. 3. Compensation. A. The compensation to be paid by County to Consultant for the professional services described in Exhibit' "A" shall be the Fixed price with the Hourly rates set forth, also in Exhibit "A", which is attached hereto and incorporated herein by this reference. 1130 Civic Center Boulevard, Suite A . Yuba City, CA 95993 . (530)822-7400 www.uttercounty.org Packet Pg. 21 1.a B. To the extent that Consultant is entitled to reimbursement for travel, meals, and lodging, such reimbursement shall be subject to the prior approval of County's Purchasing Agent or authorized deputy and shall be reimbursed in accordance with the County's Travel and Business Expense Policy. C. The total compensation payable under this Agreement, inclusive of all expenses, shall not exceed forty-nine thousand and five hundred dollars ($49,500). The County shall make no payment to Consultant in any greater amount for any extra, further, or additional services, unless such services and payment therefore have been mutually agreed to and this Agreement has been formally amended in accordance with the provisions of this Agreement. D. Consultant agrees to testify at County's request if litigation is brought against County in connection with Consultant's work. Unless the action is brought by Consultant or is based upon Consultant's negligence or intentional tortious conduct, County will compensate Consultant for the testimony at Consultant's hourly rate as provided in Exhibit "A". 4. Invoice and Payments. Consultant shall submit monthly invoices for services rendered during the preceding month. Consultant shall attach to each invoice documentation for the hours charged (if applicable) and the documentation: shall include ani itemized narrative ofwork completed during the period billed. The County shall payi invoices that are undisputed within thirty (30) days of receipt and approval. The parties agree to exercise good faith and diligence in the resolution of any disputed invoiceamounts. 5. Notice. Any invoices, notices, or other documents required to be given under this Agreement shall be delivered either personally, by first-class postage pre-paid U.S. Mail, oro overnight courier to the following addresses or such other address provided by the parties ina accordance with thissection: Ift to the County: Arwen Wacht, Principal Planner Sutter County Development Services 1130 Civic Center Blvd. Yuba City, CA 95993 Telephone: (530) 822-7400 ext. 242 Ifto Consultant: Jonathan Teofilo, Program Manager Environmental Science Associates 2600 Capitol Avenue, Suite 200 Sacramento, CA 95816 Telephone: (916) 564-4500 Notice shall be effective upon receipt. Page2 2 Packet Pg. 22 1.a 6. Independent Contractor. A. Itis understood and agreed, and is the intention of the parties hereto, that Consultant is an independent contractor, and not the employee or agent of County for any purpose whatsoever. County shall have no right to and shall not control the manner or prescribe the method by which the professional services are performed by Consultant herein. Consultant shall be entirely and solely responsible for its acts and the acts of its agents, employees, and subcontractors while engaged in the performance of services hereunder. Consultant shall have no claim under this Agreement or otherwise against County for vacation pay, sick leave, retirement benefits, Social Security, workers compensation, disability, or unemployment insurance benefits or other employee benefits of any kind. The parties acknowledge that County shall not withhold from Consultant's compensation any funds for income tax, FICA, disability insurance, unemployment insurance or similar withholding and Consultant is solely responsible for thet timely payment ofa alls such taxes and related payments to the state and federal governments, for itself and for its employees, agents, and subcontractors who might render services in connection with this Agreement. The Consultant shall inform allp persons who perform any services pursuant tot this Agreementofthe; provisions of this section. B. In the event that the Consultant's activities under this Agreement, or any of them, are found by any state or federal agency to be those of an employee rather than an independent contractor, Consultant agrees to indemnify County and hold County harmless for any damages, costs, or taxes imposed upon it pursuant tot the Internal Revenue Code or state orf federal taxing laws, including but notl limited to any penalties andi interest which County may be assessed by such state or federal agency for failing to withhold from the compensation paid to Consultant under this Agreement any amount which may have been required to be withheld by law. 7. Authority of Consultant. It is understood that Consultant is to provide information, research, advice, recommendations, and consultation services to the County. Consultant shall possess no authority with respect to any County decision. The County is responsible for and shall make all governmental decisions related to work of Consultant. any portion oft the work to be performed under this Agreementwithout the priorv written consent 8. ofCounty. 9. Subcontracting and Assignment. Consultant shall not subcontract or assign OwnershipofWork Product. Alli technical data, evaluations, calculations, plans, drawings, details, specifications, estimates, reports, documents, or other work product of Consultant, in both paper and original electronic program forms, shall become the property of the County as they are produced and shall be delivered to the County upon completion of services. Consultant may retain copies fori its files and internal use, however, Consultant shall not disclose any of the work products of this Agreement to any third party, person, or entity, without prior written consent of the County. Upon reasonable notice, Countyrepresentalives shall have access toi the work for purposes of inspecting same and determining that the work is being performed in accordance with the terms oft the Agreement. Page 3 Packet Pg. 23 1.a 10. Indemnification. To the fullest extent permitted by law, including without limitation CACivilCode: 2782.8, Consultantshallhold' harmless, defend, andi indemnify County and its officers, officials, employees, and volunteers from and against all claims, damages, losses, and expenses including reasonable attorneys' fees arising out of the performance of the work described herein, to the extent caused by any negligent act or omission of the Consultant, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable. Consultant's obligation under this Section 10 shall not apply where any such claim, damage, loss or expense is caused by the active negligence, sole negligence, or willful misconduct ofthe County. 11. Insurance. Without limiting Consultant's indemnfication of the County, Consultant shall procure and maintain for the duration oft the contracti insurance against claims for injuries to persons or damages to property which may arise from ori in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be atl least as broad as: 1. Commercial General Liability (CGL): Insurance Services Office Form CG0O 01 covering CGL on an "occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this projectlocation (S0CG25030r2504) or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: Insurance Services Office Form Number CA 0001 covering, Code 1 (any auto), ori if Consultant has no owned autos, Code 8 (hired) and 9 (non- owned), with limit no less than $1,000,000 per accident for bodily injury and property 3. Workers' Compensation insurance as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. (Not required if consultant 4. Professional Liability (Errors and Omissions) Insurance appropriates to the Consultant's profession, with limit no less than $2,000,000 per occurrence or claim, damage. provides written verification itl has no employees) $2,000,000 aggregate. Ifthe Consultant maintains broader coverage and/or higher limits than the minimums shown above, the County requires and shall be entitled to the broader coverage and/or the higher limits maintained by the contractor. Any available insurance proceeds in excess of the specified minimum limits ofi insurance and coverage shall be available to the County. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: Page 4 Packet Pg. 24 1.a Additional Insured Status The County, its officers, officials, employees, and volunteers are to be covered as additional insureds on the CGL policy with respect to liability arising out ofwork or operations performed by or on behalf of the Consultant including materials, parts, or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Consultant's insurance (at least as broad as ISO Form CG20 101185 or both C62010,C62026,C62033,orc62038; and CG2037 forms if later revisions used). Primary Coverage For any claims related to this contract, the Consultant's insurance coverage shall be primary and non-contributory, and at least as broad as ISOCG2001 0413 as respects the County, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the County, its officers, officials, employees, or volunteers shall be excess oft the Consultant's insurance and shall not contribute with it. This requirement shall also apply to any Excess or Umbrella liability policies. Umbrella or Excess Policy The Contractor may use Umbrella or Excess Policies to provide the liability limits as required int this agreement. This form of insurance willl be acceptable provided that all of the Primary and Umbrella or Excess Policies shall provide all oft the insurance coverages herein required, including, but not limited to, primary and non-contributory, additional insured, Self-Insured Retentions (SIRs), indemnity, and defense requirements. The Umbrella or Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage atl least as broad as provided on the underlying Commercial General Liability insurance. No insurance policies maintained by the Additional Insureds, whether primary or excess, and which also apply to al loss covered hereunder, shall be called upon to contribute to a loss until the Contractor's primary and excess liability policies are exhausted. Notice of Cancellation with notice to thel Entity. Waiver of Subrogation Each insurance policy required above shall state that coverage shall not be canceled,except Consultant hereby grants to Entity a waiver of any right to subrogation which any insurer of said Consultant may acquire against the Entity by virtue of the payment of any loss under such insurance. Consultant: agrees to obtain any endorsement thatr may! be necessaryt toaffect this waiver of subrogation, but this provision applies regardless of whether or not the Entity has received a waiver of subrogation endorsement: from the insurer. Self-Insured Retentions Self-insured retentions must be declared to and approved by the Entity. The Entityr may require the Consultant to provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shallp provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or Entity. Page 5 Packet Pg. 25 1.a Acceptability of Insurers Insurance is to be plaçed with insurers authorized to conduct business in the state with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the Entity. Claims Made Policies Ifany oft the required policies provide coverage on a claims-made basis: 1. The Retroactive Date must be shown and must be before the date of the contract or 2. Insurance must be maintained and evidence ofi insurance must be provided for atl least 3. Ifcoverage is canceled or non-renewed, and not replaced with another claims- made policy form with a Retroactive Date prior to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after the beginning of contract work. five(5) years after completion of the contract ofwork. completion of contract work. Verification of Coverage Consultant shall furnish the Entity with original Certificates of Insurance including all required amendatory endorsements (or copies of the applicable policy language effecting coverage required by this clause) and a copy of the Declarations and Endorsement Page of the CGL and any Excess policies listing all policye endorsements to Entity before work begins. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The Entity reserves the right to require complete, certified copies of all required insurance policies, including endorsementsrequred by these specifications, at any time. Entity reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Subcontractors Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that Entity is an additional insured on insurance required fromsubcontractors. Special Risks or Circumstances Entity reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. 12. Professional Services. A. All work performed under this Agreement shall be performed and completed in a professional manner. All services shall be performed in the manner and according to the professional standards observed by a competent practitioner of the profession performing similar services under similar circumstances in which Consultant and any subcontractors areengaged. B. Consultant represents that it is professionally qualified to perform the services described herein; acknowledges that County is relying upon Consultant's qualifications to perform these services in a professional manner; and agrees that County's Page 6 Packet Pg. 26 1.a fullorp partial acceptance ofany work does not release Consultant from its obligation to perform the services in accordance with this Agreement unless County expressly agrees otherwise in writing. C. Consultant shall not be considered to be in default because of any nonperformance caused by occurrences beyond its reasonable control. The compensation specified in Paragraph 3 may be reduced to account for such nonperformance. 13. Responsibility ofConsultant. A. Consultant shall be solely responsible for the quality and accuracy ofi its work and the work ofit its consultants performed in connection with this Agreement. Anyreview, approval, or concurrence therewith by the County shall not be deemed to constitute acceptance or waiver by the County of any error or omission as to such work. B. Consultant shall coordinate the activities of all sub-consultants and is responsible to ensure that ally work product is consistent with one another to produce a unified, workable, and acceptable whole functional product. County shall promptly notify Consultant ofany defect in Consutantsperiomance. 14. Audit. The following audit requirements apply from the effective date of this Agreement until three years after County's final payment: A. Consultant shall allow County's authorized representatives reasonable access during normal business hours to inspect, audit, and copy Consultant's records as needed to evaluate and verify anyi invoices, payments, and claims that Consultant submits to County or that any payee of Consultant submits to Consultant in connection with this Agreement. Records' includes, but is not limited to, correspondence, accounting records, sub-consultant files, change order files, and any other supporting evidence relevant to the invoices, payments, or claims. B. County and Consultant shall be subject toi the examination and audit of the State Auditor, at the request of County or as part of any audit of County. Such examinations and audits shall be confined to matters connected with the performance ofthis Agreement including but not limited to adminstrationcosts. This section shall survive the expiration or termination of this Agreement. 15. Publication of Documents and Data. Consultant may not publish or discloseto any third party any information obtained in connection with services rendered under this Agreement without the prior written consent of the County. Notwithstanding the forgoing, submission or distribution to meet official regulatory requirements, or for other purposes authorized by this agreement, shall not be construed as publication in derogation of the rights ofeither the County orConsultant. 16. Employment Practices. Consultant, by execution of this Agreement, certifies that it does not discriminate against any person upon the basis of race, color, creed, national origin, age, sex, disability, or marital status ini its employment practices. Page 7 Packet Pg. 27 1.a 17. Termination. Either party shall have the right to terminate this Agreement at any time for any reason upon thirty (30) days advance written notice to the other party. Agreements exceeding the monetary limits delegated to the Purchasing Agent, or authorized deputies, are not valid unless duly executed by the Chair oft the Board of Supervisors. Ift this Agreement was executed for the County by the Purchasing Agent, or an authorized deputy, this Agreement shall automatically terminate on the date that the provision of services or personal property or incurring of expenses, the cumulative total of which, exceeds fifty- thousand dollars ($50,000) for personal services contracts or forty-five thousand dollars ($45,000) for public works contracts. 18. Jurisdiction. This Agreement shall be administered and interpreted under the laws of the State of Califomia and any action brought hereunder shall be brought in the Superior Court in and for the County of Sutter. 19. Compliance WithLaw. Consultant shall complywith all applicable federal, state, and local statutes, ordinances, regulations, rules, and orders, including but not limited to those concerning equal opportunity andnon-discrmination. 20. Prevailing Wages. To the extent that any of the work performed under this Agreement is a "public work" within the meaning of Labor Code section 1720, subject to the payment of prevailing wages and Labor Code Section 1771, Consultant shall cause all such work, as applicable, to be performed as a publicwork" in compliance with California prevailing wage laws. In the event Consultant fails to do sO, Consultant shall be liable for the payment ofa all penalties, wages and/or damages as required by applicable law. 21. Conflict With Laws or RequalonsSeverabiy This Agreement is subject to all applicable laws and regulations. If any provision of this Agreement is found by any court or other legal authority, or is agreed by the parties, to be in conflict with any code or regulation governing its subject, the conflicting provision shall be considered null and void. If the effect ofnullifying any conflicting provision is such that a material benefit of the agreement to either party is lost, the Agreement may bet terminated at the option oft the affected party. In all other cases, the remainder oft the agreement shall continue ini fulli force and effect. 22. Provisions Required by Law Deemed Inserted. Each and every provision ofl law and clause required byl law to bei insertedi int this Agreements shalll be deemed tol bei inserted and this Agreement shall be read and enforced as though it were included. If through mistake or otherwise, any provision is not inserted or is not correctly inserted, then upon application of either Party, the Agreement shall be amended to make the insertion or correction. All references to statutes and regulations shall include all amendments, replacements, and enactments ini the subject which are in effect as of the date of this Agreement, and any later changes which do not materially and substantially alter the positions oft the Parties. 23. Waivers. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver or a waiver of a subsequent breach of the same or any other provision oft this Agreement. executed by bothparties. 24. Amendments. Any amendments to this Agreement shall be in writing and Page 8 Packet Pg. 28 1.a 25. Entire Agreement. This Agreement constitutes the entire Agreement between the parties for the provision of services to County by Consultant and supersedes all prior roral and written agreements and communications. 26. Successors and Assigns. This Agreement: shall bel binding upon and shallinure 27. Construction. This Agreement reflects the contributions of both parties and accordingly the provisions of Civil Code section 1654 shall not apply in interpreting this to the benefit ofa any successors to or assigns oft the parties. Agreement. 28. Execution of Agreement. This Agreement may be executed in multiple counterparts, each of which shall be deemed an original agreement and both of which shall constitute one and the same agreement. The counterparts of this Amendment may be executed and delivered! by facsimile or otherelectronic: signature (including portable document format) by either of the parties and the receiving party may. rely on the receipt of such document sO executed and delivered electronically or by facsimile as ift the original had been received. COUNTY OF SUTTER CONSULTANT By: By: Neal Hay i Jonathan Teofilo DAMIEL E. PAMERON Environmental Science. Associates Title: ProgramManager NIPL Director of Development Services VICEPREIPENT 6 - APPROVED) ASTOFORM: By: County Counsel Office, Sutter County Exhibits: Exhibit A - Scope of Work, Fee Schedule Page 9 Packet Pg. 29 1.a Exhibit A Scope of Work and Fee Schedule Page 10 Packet Pg. 30 1.a ESA 2600 Capitol Avenue, Suite2 200 Sacramento, CA 95816 916.564,4500phone 916.564.4501fax esassoc.com December21,2023 Sutter County Development: Services Attention: Arwen Wacht Principal Planner 1130Civic Center Blvd Yuba City, CA95993 Dear Arwen: RE: Environmental Consulting Services Proposal fort thel Lakeside at Sutter Pointe Phases2u3Application The County has reached out to Environmental Science Associates (ESA) requesting as scope fore environmental consulting services fort the completion of CEQA documentation for the proposed Phases 2 and 3 of thel Lakeside at Sutter Pointe Project. ESAI has reviewed thei information provided bys you regarding proposed changes to the Sutter pointe! Specific Plana and proposed development pursuant to application U23-0036 and prepared thet following scope and coste estimate. Duet to the nature oft the proposed changes to the Sutter Pointe Specific Plan, relative to planned development oft the Sutter Pointe Specific Plan area, as analyzed int the Sutter Pointe Specific Plan EIR (SCH# 2007032157), and as amended, ESAI proposes the preparation of an Addendum tot the Sutter Pointe! Specific Plant EIRt to meet ther requirements of CEQA. Pursuant to CEQA Guidelines Section: 15164, thei focus oft the Addendum will bei to address the changes to thep proposed Sutter Pointe Specific Plan (proposed project), andt to determine whether any oft the conditionsi identified in Guidelines 15162(a) would occur. ESA's scope ofv work provides for preparation of an Addendum to the Sutter Pointe Specific Plan EIR. Addenda arei intended for minor modifications to a previously approved project (CEQA Guidelines section 15164). Thep proposed project appears tor meet these criteria. The Addendum will rely on the analysis previously conducted for the Sutter Pointe Specific Plan EIR, including mitigation measures included in the adopted Mitigation Monitoring and Reporting Plan. The Addendum will supplement this already available information with updated analysis that reflects the proposed project modifications associated witht the current development application and will compare the changed effects tot the criteria thata are established in section 15162(a) oft the CEQA Guidelines. The Addendum will be prepared consistent witha af format provided by Sutter County. Environmenta. Analysis Scope of Work Task: 1: Prepare Addendum Under this task, ESAV will prepare ac document that analyzes the environmental effects of thep proposed changes to the Sutter Pointe Specific Plan project as analyzed under the 2009 EIR. Based on our current understanding that the applicationi includes rezone andi revision to thel large lott tentative subdivision mapi for Phases 2 and3 30 oft thel Lakeside at Sutter Pointe project, which will notr resulti in ani increasei in residential units or development growth beyond what was considered int the: 2009 EIR: ands subsequent addenda, we anticipate that ther results of the analysis will resulti in Environmental: Science Associates esassoc.com Packet Pg. 31 1.a Letter Proposal Page: 2 December21,2023 Proposal for thel Lakeside at Sutter Pointe Phases2w3Application conclusions that would support the County's adoption ofa an Addendum. Consistent with at format established by the County, each of the 21 topics, as well as all associatedi thresholds ofs significance, providedi in CEQAC GuidelinesAppendix G willb be addressed. In addition, at fulsome project description will be prepared, usingi information: submitted byt the Thist task does noti include specialized modeling efforts, fortopics such as air quality, health risk assessment,; greenhouse project applicant. gas emissions, noise, or energy, ore extensive research efforts. Draft and FinalAddendum (Electronic' Word & PDF Versions) Task: 2: Meetings and Project Management Task: 1 Deliverables: ESAV will attend upt to3r meetings with the County, and/or the SKK Development project team. ESA will also perform project management tasks related to coordination of ouri in-house project team; coordination with any of thep project applicantisconsultants; invoicing and preparation of monthly progress reports; and general coordination related to projectexecution. Task 2 Deliverables: Task: 3: Direct Expenses Attendance. at up to four (4) meetings by ESAI Project Manager and Deputy Project Manager ESAI has allocated: a minimal direct expense budget related toi items including mileage, reproduction, the use ofin-house software programs, and other miscellaneous direct expenses. Schedule We understand that the County and thep project applicant are eager to initiate and complete the Addendum process as soon as possible. Based on this, we expect that the draft project description could be prepared and submitted in approximately two weeks ofi issuance ofal Noticet to Proceed. ESAI wills submit thel Draft Addendum evaluation: and analysis materials within six weeks ofr receipt of comments and requested information on the draft project description. ESAproposes to complete af first draft oft the environmental document within 8 weeks ofl Notice to Proceed. We will respond to any comments received from the County within 10 business days ofr receipt of comments. Wel have assumed that comments byt the projecta applicant, ifany, willl be reviewed by the County ands specific directions will be provided to ESA. Budget ESAproposes to complete this scope for at total cost of $49,500, as summarized in the costt table below: PROJECT COST ESTIMATE SUMMARY TABLE ESA Labor Cost $ $ $ 47,519 1,426 555 49,500 ESA Labor Technology and Data Management Fee -> 3% $ ESA Non-Labor Expenses (see Attachment Ai for detail) PROJECT TOTAL 2 SutterPointe Environmentall Science Associates 023-0036/ December21.,2023 esassoc.com. Packet Pg. 32 1.a Letter Proposal Page 3 December21,2023 Proposal for thel Lakeside at Sutter Pointe Phases283Application Ad detailed cost estimate is attached. This costi is based ont thef following: assumptions: Alterations to thel Project description that occura after establishment oft the CEQAF Project description, as agreed upon byE ESA and the applicant team, would be considered beyond the existing scope and may require contract modification ifa additional level ofe efforti isr required; The County's concurrence with this proposed scope ofwork; Technical adequacy ofa all County and applicant-provided technical studies; Lowl level of controversyf fromi interested parties; and No new: substantive issues raised during preparation oft the Addendum. Itwould be our pleasure to further discuss our proposed work plan ora answer any questions your mayl have regarding the project. Pleaset feel free to contact. Jon Teofilo directly at (909) 910-9958 or via emailj teorlo@esassoc.com. Wel look for- wardt to the opportunity to continue working witht the County int the Sutter Pointe Specific Plan area and1 thank) youf for your time and consideration. Sincerely, Jon Teofilo - Environmental Planning Program Manager 3 Sutter Pointe Environmental. Science Associates U23-0036/ Dacember21.202 esassoc.com Packet Pg. 33 1.a a 33: es 35 355 65 335 Packet Pg. 34 1.a Attachment. A Reimbursable Expenses Project Supplies Printing/Reproduction Postage and Deliveries Mileage Vehicle Rental Lodging Airfare Other Travel Related Cost Proposal: ESAI Non-Labor Expenses Summary Document and Map Reproductions (CD Digital Photo) 483 $ $ $ $ 483 $ 72 $ 555 Subtotal Reimbursable Expenses 15% Fee onF Reimbursable! Expenses Total Reimbursable Expenses ESAE Equipment Usage Projects Specific Equipment: Vehicles- Standards size (noo off-r road usage) Vehicles- 4x4 Truck (light duty) Vehicles 4x4/ Truck (heavy duty) Vehicles- ATV Noise Meter Hydroacousticl Noise Monitoring Equipment Electrofisher Field Traps Digital Hypsometer (Nikon) Backpack Sprayer 360- -Degree 4k Camera High Resolution1 Time-Lapse Camera Beach Seine Otter Trawi Wildlife Acoustics BatD Detector Wildlife Trail Camera Fiber Optic Endoscope Spotting Scope TopogaphcBatymetne Survey Equipment: ISCO: 2150 Area Velocity Flowl Logger SonTek IQ-Plus Area Velocity Flowl Logger Logging Rain Gage Hand-H Held Current Meter Surface Velocity Radar Wave Pressure Sensor Bottom- Mounted Tripod/ Mooring Stormwater Crest Sampler Water Quality Equipment: Logging Turbidimeter/Waterl Level Recorder Logging Conductivly/Water Level Recorder Recording Conductivity Meter w/Datalogger Hand-Held Turbidimeter Niskin Water Sampler ISCO 6712 Portable Samplerv w/ISCO 2105 Module Sedimentation/ Geotechnical! Equipment: Peat Corer 60ib Helly-s Smith Bedload Sampler Mini-Ponar Grab Sampler GuelphF Permeameter Sludge Sampler Shear Strength' Vane Boats: Small Watercraft 22-25' Boat Houseboat Floating! Laboratory TotalE Equipment Usage Costs $ Hydrologic Data Collection,' Water Current, Level andV Wave Measurement Equipment: > $ Egnyte! EDIT) 00- Sutter County Lakeside atSutterP Pointe Ph2-3100V WorkingF FileslPathways FeeP Proposall Template (6)- Revised-Expense: Summary (DONOT Packet Pg. 35 2 SER C Agenda Date: October 24, 2024 Agenda Item MT# 6577 CILITONRI PUBLIC WORKSSUPPORT SERVICES COMMITTEE Standing Committee Staff Report To: From: Subject: Public Works/Support Services Committee Neal Hay, Director of Development Services Department: Development Services Approval to waive the requirement for al Request for Proposals for equipment purchase under the provisions of County Ordinance 16-050; per the Recommended FY2024-25 Budget, approval to purchase al Ford F250 Flatbed Truck for the Road Division (3-100) utilizing Government Pricing Concession in an amount not to exceed $86,000 (MT6577) Recommendation Supervisors: Itis recommended that the Public Works/Support Services Committee recommends that the Board of 1) Waives the requirement for al Request for Proposals for equipment purchase under the provisions 2) Authorizes the purchase of a new 2024 Ford F250 Supercab 4x4 Diesel Flatbed Truck from Geweke Ford in an amount not to exceed $86,000, including the Government Pricing Concession, for the Road Division; and which includes the purchase and installation of safety lights and a two-way radio from Sutter Buttes Communications, Inc. in an amount not to exceed of County Ordinance 16-050; and $5,000. Background The Department's Road Division includes a fleet of various equipment that is utilized to maintain and improve the County's Public Works infrastructure which includes roads (asphalt, gravel, dirt), bridges, pipe culverts, drainage ditches, signs, and warning lights that are spread along the approximately 760 miles of maintained roads in the County. The Road Division is responsible for all assets within the County's right-of-way and the Road Fund is the primary source of funding for their operations. For their work outside of the right-of-way, the Road Division relies upon funding from taxes, fees and Special Funds as they maintain other essential infrastructure for the County such as the Gilsizer County Drainage The Department annually identifies equipment that requires replacement as well as new equipment to purchase sO we may more efficiently perform our work in the safest way possible. In the current fiscal year, the Department identified the need to replace a F250 truck with a flatbed based on the end-of-life The Department has located a new 2024 F250 4x4 Supercab flatbed truck that would be utilized by the District and the Live Oak Canal Drainage District. recommendation from the General Services Department. Packet Pg. 36 2 Road Crew to haul equipment and materials for the maintenance and repair of our county roads, drainage systems and signage. The proposed truck is an updated version of the existing equipment, Unit #5008, which has served the department reliably and it continues the effort to standardize our fleet with same makes and features. The department included at flatbed diesel pickup in the FY2024-25 budget due to its versatility to carry various items and the additional torque, expected mileage, and expected lifespan for a diesel-powered truck compared to a gasoline engine. The quoted amount for the truck is $72,655.36 plus registration fees, and the equipment vendor is Geweke Ford, 871 East Onstott Road, Yuba City CA 95993. The quoted price includes a Government Pricing Discount of $600 (0.8%). The new truck requires other items before it can be placed into service: Safety lights, radio: $5,000.00 The total cost for the vehicle with its necessary equipment and registration is approximately $78,000, soa contingency was added to the total requested purchase authority, bringing the not-to-exceed amount to $86,000.00. The General Services Fleet Division has reviewed the proposed purchase contract and agrees with the purchase. Section 16-050 Waiver Pursuant to the provisions of Section 16-050 of the Sutter County Ordinance Code, the Board of Supervisors may waive the requirement of either a request for proposal (RFP) or notice, advertisement, and competitive bidding if it determines, in the exercise of its discretion, that the purchase may be made without such requirements. It is recommended that the Board make this determination because the recommended purchases will partly be made under the Sourcewel Contract, which was competitively bid, and the other items include specific equipment requests that! have been researched by Department staff. Prior Board Action October 10, 2024: This item was presented at the Public Works/Support Services Committee (MT6537), but was held/tabled SO that staff could provide additional information about why this particular vehicle type was selected for this use. This additional information has been added to this staff report. September 24, 2024: Approval to waive the requirement for a Request for Proposals for equipment purchase under the provisions of County Ordinance 16-050; per the Recommended FY2024-25 Budget, approval to purchase a Caterpillar pickup broom Model BP118C for the Road Division (3-100) utilizing a Sourcewell pricing contract in an amount not to exceed $12,000; approval to purchase a Miller Bobcat 265 portable welder for the Road Division (3-100) in an amount not to exceed $11,000; approval to purchase a Ford F150 Pickup for the Road Division (3-100) utilizing Government Pricing Concession in an amount not to exceed $75,000; approval to purchase a replacement dump truck and transfer trailer for the Road Division (3-100) utilizing a Sourcewell pricing contract in an amount not to exceed $225,000 and $183,000 respectively; approval of an adjustment to the FY 2024-25 Recommended Budget in the Road fund (CC 3-100) increasing appropriations by $118,000 in Capital Asset-vehicle offset by an increase to January 23, 2024: Authorized the cancellation of the appropriation for Capital Asset C243100003, in the amount of $91,000; authorized the cancellation of the appropriation for Capital Assets C243100004 and C243100005, in the amounts of $184,000 and $119,000, respectively; authorized the cancellation of the appropriation for Capital Asset C243100006, in the amount of $236,000; authorized an appropriation for Capital Asset, C2431000XX, in the amount of $150,000 for the purchase of a roadside sprayer bed to be mounted to Capital Asset C243100007; authorized an appropriation for Capital Asset, C2431000XX, in the amount of $60,000 for the purchase of a sprayer skid to be mounted to Capital Asset C243100008; authorized the cancellation of the appropriation for Capital Asset C243100009, in the amount of $205,000; authorized an increase in the amount of Capital Asset C243100010, from $55,000 to $65,000; waived the requirement for competitive bidding per Section 16-050 of the Sutter County Ordinance Code; authorized the purchase of a 2024 Kenworth T880 Super Dump for the Road Division in the amount of $300,000, Capital Asset C2431000XX; and authorized al FY: 2023-24 Budget Adjustment reducing Capital Asset appropriations by $97,000 offset by an increase in Obligated Fund Balance to account for the Cancellation of fund balance. purchases in the Road Fund (3100) Packet Pg. 37 2 January 23, 2024: Approved to add one (1) Road Public Works Maintenance Supervisor position SUP38 $4,702-$5,807) and unfund one Public Works Maintenance Worker Il position GEN34 $3,495-$4,352M0); and approved amendment to the Position Allocation schedule for Development Services Department Road February 28, 2023: Approved to waive the requirement for a Request for Proposals for vehicle and equipment purchase under the provisions of County Ordinance 16-050; approved the purchase of a Ford F350 Utility Pickup for the Road Division (3-100) utilizing Government Pricing Concession in an amount not to exceed $100,000; approved the purchase andi installation of a Post Puller for the Road Division (3- 100) in an amount not to exceed $10,000; approved an adjustment to the FY 2022-23. Adopted Budget in the Road budget (BU 3-100) increasing appropriations by $110,000 in Capital Asset- vehicle/equipment November 8, 2022: Approved to waive the requirement for a Request for Proposals for equipment purchase under the provisions of County Ordinance 16-050; per the Adopted Budget FY2022-23, approved the purchase of a Ford F750 7 Yard Dump Truck for the Road Division (3-100) utilizing Government Pricing Concession in an amount not to exceed $120,000; approved an adjustment to the FY 2022-23 Adopted Budget in the Road budget (BU 3-100) increasing appropriations by $20,000 in Capital October 11, 2022: Approved to waive the requirement for a Request for Proposals for equipment purchase under the provisions of County Ordinance 16-050; approved the purchase of a Felling FT-20IT- Equipment Trailer for the Road Division (3-100) utilizing the Sourcewell pricing contract September 13, 2022: Approved to waive the requirement for a Request for Proposals for equipment purchase under the provisions of County Ordinance 16-050; per the Adopted FY2022-23 Budget, approved the purchase of two John Deere Model 210L Tractors/Loaders for the Road Division (3-100) utilizing the Sourcewell pricing contract; approved the purchase of a Post Puller for the Road Division (3- 100); approved an adjustment to the FY 2022-23 Adopted Budget in the Road budget (BU 3-100) increasing appropriations by $48,303 in Capital Asset-equipment offset by an increase to Cancellation of April 26, 2022: Authorized a waiver to the requirement for a Request for Proposals under the provisions of County Ordinance 16-050; Approved the purchase of a Graphtec FDC9000-140 Sign Plotter for the Road Division (3-100); Approved the purchase of a Caterpillar Brushcutter for the Road Division (3-100); Authorized an adjustment to the FY 2021-22 Adopted Budget in the amount of $21,500 to account for the February 22, 2022: Approved the purchase of a gas-powered Cobra Combi Driver/Drill for the Road Division (3-100); Authorized an Adjustment to the FY 2021-22 Budget in the amount of $7,000 to account December 14, 2021: Approved the purchase of two Ride On Brooms for the Road Division (3-100); Approved the purchase of a Grapple Bucket for the Road Division (3-100); Approved the purchase of a Light Tower for the Road Division (3-100) utilizing the Sourcewell pricing contract; and Authorization of an Adjustment to the FY 2021-22 Adopted Budget in the amount of $32,000 to account for the purchases in May 11, 2021: Approved the purchase a replacement Dump Truck utilizing the Sourcewell pricing contract; Approved the purchase of a Backhoe/Loader utilizing the Sourcewell pricing contract; Approved the purchase of a Track Loader with Cold Planer utilizing the Sourcewell pricing contract; Approved the purchase of two tack oil trailers; and Authorized a FY 2020-21 Budget Amendment in the amount of Divisioni to reflect the changes offset by an increase to Cancellation of fund balance. Asset- vehicle offset by an increase to Cancellation of fund balance. fund balance. purchase in the Road Fund (3100). for the purchase in the Road Fund (3100). the Road Fund (3100). $60,000 to account for the purchases in the Road Fund (3100). Board Alternatives The Board may choose to not utilize the proposed equipment quote and direct staff to advertise the Request for Proposals (RFP); however, this would hinder the Road Division activities, take considerable Packet Pg. 38 2 time, and more than likely would not yield a lower price. The recommended action provides the best priçing on the recommended units. Other Department and/or Agencyl Involvement The Department has identified which equipment should be replaced through consultation with the Fleet Division of the General Services Department. Since all equipment purchases qualify as Capital Assets, the Department will comply with the guidelines provided by the Auditor-Controller's Office. Action Following Approval The Department will work closely with the General Services Department to ensure that all County purchasing rules and regulations are followed during the purchase and delivery of the requested equipment. Fiscal Impact There is no impact to the General Fund. The new vehicle will be purchased as a Capital Asset with Road funds designated in account 3100-0443-54050) depreciable assets, capital asset-vehicle. The Ford F250 Flatbed Truck was included in the FY 24-25 Adopted budget in an amount of $86,000. PJ-100434 - Ford F250 w/ Scelzi flatbed (3/4 ton, 4x4, extra cab, diesel), account 3100-0443-54050, capital asset-vehicle Countywide Goals & Top Priorities Compliance This proposal is consistent with Countywide Goal A: "Operate County govemment in a fiscally and managerially responsible manner to ensure Sutter County remains a viable and sustainable community to live, work, recreate, and raise ai family." Respectfully Submitted, s/ NeaL Hay Director of Development Services Attachments: 1. F250 Flatbed (repl 5008) FY24-25 Request, Quote Packet Pg. 39 2.a FORM NV SUTTER COUNTY CAPITAL ASSETS - NEW VEHICLE REQUEST FISCAL YEAR: 2024-25 (Industrial Vehicles) Budget Unit No. Program: Budget Unit Title: Road Maintenance 0003-3100-43 443 USE THIS FORMI FORI NEW VEHICLE REQUESTS Vehicle Requested Pricing $43,000 $45,000 $45,500 $50,000 $53,500 $54,500 $61,000 $63,500 $65,000 $51,000 $57,000 $59,000 $59,000 $65,000 $66,500 $81,000 $41,500 $48,000 $52,000 $54,000 $57,000 $59,000 $64,000 $67,000 $69,000 $54,500 $60,500 $57,500 $65,000 $68,000 $70,000 Pricing $8,500 $800 $1000 $50 $900 $500 $700-$1200 $1500-$1800 7,957.00 7,770.00 4x2, 1/2 ton Regular Cab Pickup 4x2, 1/2 ton Extended Cab Pickup 4x2, 1/2 ton Crew Cab Pickup 4x2, 3/4t ton Regular Cab Pickup ** 4x2, 3/4t ton Extended Cab Pickup' ** 4x2, 3/4 ton Crew Cab Pickup' ** 4x2, 3/4t ton Regular Cab Pickup, Diesel ** 4x2, 3/4t ton Extended Cab Pickup, Diesel ** 4x2, 3/4t ton Crew Cab Pickup, Diesel ** 4x2, 1 ton Regular Cab Pickup 4x2, 1t ton Extended Cab Pickup ** 4x2, 1t ton Crew Cab Pickup' ** 4x2, 1t ton Regular Cab Pickup, Diesel ** 4x2, 1 ton Extended Cab Pickup, Diesel ** 4x2, 1t ton Crew Cab Pickup, Diesel' ** 4x22t ton Reg Cab Pickup, Diesel ** 4x4, 1/2 ton Regular Cab Pickup 4x4, 1/21 ton Extended Cab Pickup 4x4, 1/2t ton Crew Cab Pickup 4x4, 3/4t ton Regular Cab Pickup' ** 4x4, 3/4t ton Extended Cab Pickup ** 4x4, 3/4t ton Crew Cab Pickup ** 4x4, 3/4t ton Regular Cab Pickup, Diesel ** 4x4, 3/4t ton Extended Cab Pickup, Diesel ** 4x4, 3/4t ton Crew Cab Pickup, Diesel ** 4x4, 1t ton Regular Cab Pickup' ** 4x4, 1t ton Extended Cab Pickup' ** 4x4, 1t ton Crew Cab Pickup ** 4x4, 1t ton Regular Cab Pickup, Diesel' 4x4, 1t ton Extended Cab Pickup, Diesel ** 4x4, 1t ton Crew Cab Pickup, Diesel ** Other (Veh not described above): Bed Utility Bed Spray-In Bediner Special Equipment Two-Way Radio- - Road County Decal (2) (Mandatory Tinted' Windows Beacon Installed Tool Box (Varies based on type Material Rack Other Other Other Other ** Scelzi Flatbes 10%cont. Color Requested V White ** Other: As approved by CAO Color Requested: State and local government fleets, including city, county, special district, and state agency fleets, are required to ensure 50% of vehicle purchases are zero- emission beginning in 2024 and 100% of vehicle purchases are: zero-emission by 2027. The regulation affects medium- and heavy-duty on-road vehicles with aGVWR greater than 8,500 pounds, off-road yard tractors, and light-duty mail and package delivery ** vehicles. NEW VEHICLE TOTAL: 86,000.00 (Round up to Nearest $1,000) Packet Pg. 40 2.a Justification For Replacement: On a scale of 1-20 in the Vechicle Utlilization Report, this pickup was rated a "20" in the 2023, meeting the replacement criteria. Maintenance costs are approaching original purchase price. Current Unit #1 to Be Replaced: 5008 Funding Source for New Vehicle: Road Fund Year: 2008 Make: Ford Current Vehicle Rating: 20 Model: F150 Mileage 124554 slHhShamek Sn Department Head Neal Hay Director of Dev. Svcs. Print- Department Head 1/26/24 Date Jelkey Signature FOR GENERAL SERVICES USE Fleet Management Recommendations Support 50% Zero Emissions Required Offsetting ZEV# Do Not Support 50% Zero Emissions N/A General Services Director Date Packet Pg. 41 2.a LARRY GEWEKE ( FORD-KIA Invoice No. 67705 871 K ONSTOTTRD YUBA CITY, CA 95991 (5301821-2121 QUOTE Customer Name City Phone Qty Misc Date Order No. 67705 Rep FOB Unit Price COUNTY OF SUTTER Address 275 SAMUEL DRIVE YUBA CITY 9/3/2024 State CA Description ZIP 95991 TOTAL $62,620.00 $59,339.00 $7,957.00 $67,296.00 $68,305.00 ($600.00) $67,705.00 $41.75 $4,908.61 $72,655.36 1 2024 FORD F250 SUPERCAB 4X4 DIESEL CHASSIS RETAIL PRICE 1 DEALER INVOICE 1 SCELZI FLATE BED 1 SUB TOTAL 1 GEWEKE 1.5 PERCENT 1 SUB TOTAL 1 SUBTOTAL Payment Check Comments Name CC# Expires Contact 1 GOVERNMENT PRICE CONCESSION TIRE AND DMV 7.25% TOTAL Tax Rate(s) Office Use Only Thuleyou lsh Packet Pg. 42 2.a Sord Prevlew Order 0001-X2B 4x4 Super Cab SRW: Order Summary Time ofF Preview: 11/08/2023: 12:59:20 Receipt: NA Dealership! Name: Geweke Ford Dealer Rep. Customer Name DESCRIPTION F2504 4X4 SUPERCABI PICKUP/164 164INCHWHELBASE OXFORD WHITE VINYL40/20/405 SEATS MEDIUM DARKS SLATE PREFERRED EQUIPMENT PKG.600A .XL TRIM .AIR CONDITIONING- - CFCFREE AM/FMS STEREO MP3/CLK 6.7LPOWER: STROKE V8 DIESEL 10-SPEED AUTO1 TORQSHIFT .LT245/75R17E BSW ALL-SEASON 3.31 RATIO REGULARA AXLE JOB! #10 ORDER Sales Code: F72408 Pricel Level 420 Paul Brown Type Priority Code 80 MSRP INVOICE DESCRIPTION $50305 $47790 CVLOT MANAGEMENT Stock Vehicle Line Superduty Order Code 0001 Model Year 2024 MSRP INVOICE $0 $10 $0 $0 $0 $0 $160 $145 $0 $0 $0 $0 $0 $0 $165 $150 $0 $0 $0. $0 $0 $153.34 $0 $0 $1995 $1995 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 10000# GVWRI PACKAGE $0 50STATE EMISSIONS $0 CAMPERI PACKAGE $0 HEAVYS SERVICE FRONT SUSPENSION $0 SPARE TIRE AND' WHEEL $0 JACK $0 UPFITTER: SWITCHES AMPCAS/AMPEISAN $0 $0 FUELCHARGE $O_PRICEDDORA $0 DESTINATION &DELIVERY $0 $9995 $9096 DUAL BATTERY MSRP $62620 $59339.34 NA $62620 $59339.34 INVOICE NA TOTALI BASEAND OPTIONS DISCOUNTS TOTAL Customer Name: Customer Address: Customer Email: Customer Phone: Customer: Signature Date This order has not been submitted! to the order bank. Thls is not ani invoice. Packet Pg. 43 2.a 55 SCIENTEPASES.ING Promlum Truck Bodles 2286 E. Date Ave. Fresno, CA93706 Phone: 559-237-5541 Fax: 559-237-5554 www.SEINC.com Quotation 260806 Date: 12/19/2023, 11:24:15AM User: O'Rouke, Daniel Bill" To: LARRY GEWEKE FORD Attn: BROWN, PAUL 871 EAST ONSTOTTI ROAD YUBA CITY, CAS 95991 (530)682-7693 Ship To: Fresno Will Call Attn: Scelzi Enterprises 2316 EA Annadale Ave. Fresno, CA93706 Quote Date: Expiration Date: 03/01/2023 Sales Tax 01/30/2023 Salesman: O'Rouke, Daniel Ship' Via: WILL CALL, Fresno, CA- Sales Office (Will Call) Fresno" @ 8.350% Terms: Net 10 POI Number: Notes: MOUNT IN FRESNO PAINTI BODY WHITE MID-SHIP FUEL TANK DEF TANK SET UPF FOR HOSES & BEZEL CUSTOMER: SUTTER COUNTY NOTE: SCELZI TO REMOVE PICKUP BED ANDI KEEP Qty Part Number Description Total Tax $0.00 Customer Chassis 02-FORD-F230-SUPER CAB-SRW-DSL-4X4-4X4-WHITE-S'CA paslponuisaneomPageOwaR.sPsawidwA 1/2 Packet Pg. 44 2.a 55 SCELZI ENTERPRISES, ING. Promlum Truck Bodlas Quotation 260806 Date: 12/19/2023, 11:24:15AM User: O'Rouke, Danie! $7,862.00 - SFB7X8 TAILPLATE 12 GA: SMOOTH STEEL FLOOR CROSSMEMBERS ON 12" CENTERS. ROPE HOOKS ON EACH CROSSMEMBER. -A.J. BAER: STAKE POCKETS. CALIFORNIAI DOCK BUMPER. 1EA-F RELOCATE FACTORY HITCH 1EA-7PRONG FLAT RV PLUG #12707 1EA- INSTALL FACTORY BACKUP CAMERA WEIGHT CERTIFICATE OF COMPLETED UNIT -L.E.D. SEALI BEAM CLEARANCE LIGHTS & OEM TAILLIGHTS. PERFORATED HEADBOARD 10 GAUGE SMOOTH: STEEL 50/50 NON- CONTOURED WITH 3" CHANNEL UPRIGHTSAND RADIUS CORNERS. WEIGHT CERTIFICATE FEE - WILL CALL $50.00 $45.00 $0.00 HAZMAT-HWD HAZARDOUS WASTE DISPOSAL FEE CUSTOMER TO PICK UP COMPLETED UNIT IN FRESNO Sub Total $7,957.00 Sales Tax $0.00 Total $7,957.00 DISCLAIMERS TERMS: Standard terms are Net 10 Days, any deviations need to be in writing before production CHASSIS: Scelzi Enterprises, Inc. is not responsible for flashing or modification of any chassis modules due tot the CHANGES: Each change after quote is accepted willo constitute a $500.001 feei in addition tot the cost of the change DRAWINGS: Any changes to drawings after acceptance and 2 weeks prior to production start date will constitute a $500.00 fee installation of al body Including but not limited to camera installation, erratic turn signal operation, etc No changes will be made to orders 2 weeks prior to production start date No changes willl be made to drawings 2 weeks prior to production start date or more: at $150.00 per hour procedures PAINT: Scelzi Enterprises, Inc. does not guarantee a perfect color match due to inconsistencies ini factory paints and THIS WORK AUTHORIZED BY DATE Estimate Prepared By: Sales Rep: O'Rouke, Payment inf full on completion ofj job ifcredit arrangements have not been made ina advance The above quotationi is submitted according tos specifications submitted by customer. Any alterations or changes increasing production costs willl be charged! for accordingly. Daniel pelporuisanccomPageyOwaOswa.nnwPamLdoAQPBD-OTENPLONA 2/2 Packet Pg. 45