HomeMy WebLinkAboutContracts & Agreements_143-2004_CCv0001.pdf AGREEMENT TO FURNISH ENGINEERING SERVICES FOR UPDATE AND
REVISION OF THE OF NON-POTABLE WATER SYSTEM STUDY
This Agreement is made and entered into this 21 st day of September 2004, by
and between the City of Redlands, a municipal corporation (hereinafter "City") and
Engineering Resources of Southern California, Inc., (hereinafter "Consultant").
In consideration of the mutual promises, covenants and conditions hereinafter set
forth, City and Consultant hereby agree as follows:
ARTICLE 1 - ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant to perform services ("Services") for Engineering
Services for the updating and revisions to the Study of Non-Potable Water System
("Project"), for the City of Redlands, California.
1.2 The Services shall be performed by Consultant in a professional manner, and
Consultant represents that it has the skill and the professional expertise necessary
to provide high quality Services for the Project at the level of competency presently
maintained by other practicing professional Consultants in the industry providing
similar types of services.
ARTICLE 2 - SERVICES OF CONSULTANT
2.1 The specific Services which Consultant shall perform are more particularly
described in Attachment A, entitled "Scope of Services", which is attached hereto
and incorporated herein by this reference.
2.2.1 Consultant shall comply with applicable Federal, State and local laws in connection
with its performance of the Services including, but not limited to, applicable State
Labor Code requirements and non-discrimination laws including the Federal
Americans with Disabilities Act and the State's Fair Employment and Housing Act.
2.3 Consultant acknowledges and agrees that if it violates the provisions of the
California Labor Code relating to prevailing wage that City may withhold payments
to Consultant pursuant to Labor Code sections 1726, 1727 and 1771.6.
2.4 Consultant agrees that if it engages a subcontractor to perform any of the Services,
that Consultant shall comply with California Labor Code sections 1775 and 1777.7,
and shall provide the subcontractor with copies of the provisions of sections 1771,
1775, 1776, 1777.5, 1813 and 1815 of the Labor Code. Consultant acknowledges
that the statutory provisions for penalties for failure to comply with state wage and
hour laws and to pay prevailing wages may be enforced by the City pursuant to
Labor Code sections 1775 and 1813.
ARTICLE 3 - RESPONSIBILITIES OF CITY
3.1 City shall make available to consultant information in its possession that is pertinent
to the performance of Consultant's Services.
3.2 City will provide access to and make provisions for Consultant to enter upon City-
owned property or rights-of-way as required by Consultant to perform the Services.
3.3 City designates Greg Gage as Project Manager, to act as its representative with
respect to the Services to be performed under this Agreement.
ARTICLE 4 - PERIOD OF SERVICE
4.1 Consultant shall perform the Services in a diligent manner and in accordance with
the schedule set forth in Attachment B, entitled "Project Schedule".
ARTICLE 5 - PAYMENTS TO THE CONSULTANT
5.1 The total compensation for Consultant's performance of Services shall not exceed
the amount of$13,200.00. City shall pay Consultant on a Time and Materials basis
up to the not to exceed amount, in accordance with Attachment C, entitled "Project
Fee", based on the hourly rates shown in Attachment D, entitled "Rate Schedule".
5.2 Consultant shall bill City within ten days following the close of each month by
submitting an invoice indicating the Services performed, who performed the
services, indirect costs, and the detailed cost of all Services, including backup
documentation. Payments by City to Consultant shall be made within 30 days after
receipt and approval of Consultant's invoice, by warrant payable to Consultant.
5.3 All contractual notices, bills and payments shall be made in writing and may be
given by personal delivery or by mail. Notices, bills and payments sent by mail shall
be addressed as follows:
CITY CONSULTANT
Mr. Greg Gage R. Barry Bierschbach, P.E.
Municipal Utilities Department Engineering Resources of Southern
35 Cajon Street California, Inc.
P.O. Box 3005 1820 Commercenter Circle
Redlands, CA 92373 San Bernardino, CA 92408
When so addressed, such notices shall be deemed given upon deposit in the United
States Mail. In all other instances, notices, bill and payments shall be deemed given at the
time of actual delivery. Changes may be made in the names and addresses of the person
to whom notices, bills, and payments are to be given by giving notice pursuant to this
paragraph.
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6.1 Consultant's Insurance to be Primary
All insurance required by this Agreement is to be maintained by Consultant for the
duration of this Project and shall be primary with respect to City and non-
contributing to any insurance or self-insurance maintained by the City. Consultant
shall not commence the Services unless and until all required insurance listed below
is obtained by Consultant and Certificates of Insurance and endorsements
evidencing such insurance are presented to City. All insurance policies shall include
a provision prohibiting cancellation, except upon thirty(30)days prior written notice
to City.
6.2 Worker's Compensation and Employer's Liability
A. Consultant shall secure and maintain Workers Compensation and
Employer's Liability insurance throughout its performance of the Services in
amounts which meet statutory requirements with an insurance carrier
acceptable to City
B. Consultant expressly waives all rights to subrogation against the City, its
elected officials and employees for losses arising from work performed by
Consultant for City by expressly waiving Consultant's immunity for injuries to
Consultant's employees. Consultant agrees that its obligation to indemnify,
defend and hold harmless provided for in this Agreement extends to any
claim brought by or on behalf of any employee of Consultant. This waiver is
mutually negotiated by the parties. To the extent any of the damages
referenced herein were caused by or resulted from the concurrent
negligence of City, its agents or employees, the obligations provided herein
to indemnify, defend and hold harmless are valid and enforceable only to the
extent of the negligence of Consultant, its officers, agents and employees.
6.3 Comprehensive General Liability Insurance. Consultant shall secure and maintain
in force throughout its performance of the Services comprehensive general liability
insurance with carriers acceptable to City. Minimum coverage of one million dollars
($1,000,000) per occurrence and two million dollars ($2,000,000) aggregate for
public liability, property damage and personal injury is required. Consultant shall
obtain an endorsement that City shall be named as an additional insured.
6.4 Professional Liability Insurance. Consultant shall secure and maintain professional
liability insurance throughout its performance of the Services in the amount of one
million dollars ($1,000,000) per occurrence and two million dollars ($2,000,000)
annual aggregate.
6.5 Business Auto Liability Insurance. Consultant shall have business auto liability
coverage, with minimum limits of one million dollars ($1,000,000) per occurrence,
combined single limit for bodily injury liability and property damage liability. This
coverage shall include all Consultant-owned vehicles used in connection with its
performance of the Services, hired and non-owned vehicles, and employee non-
ownership vehicles. Consultant shall obtain an endorsement that City shall be
named as an additional insured.
6.6 Assignment and Insurance Requirements. Consultant is expressly prohibited from
assigning any of the Services without the prior written consent of City. In the event
of mutual agreement between the parties to assign a portion of the Services,
Consultant shall add the assignee as an additional insured to Consultant's
insurance policies and provide City with insurance endorsements prior to any
Services being performed by the assignee. Assignment does not include printing or
other customary reimbursable expenses that may be provided in this Agreement.
6.7 Hold Harmless and Indemnification. Consultant shall defend, indemnify and hold
harmless City, its elected officials, officers, employees and agents from and against
any and all actions, claims, demands, lawsuits, losses and liability for damages to
persons or property, including costs and attorney fees, that may be asserted or
claimed by any person, firm, entity, corporation, political subdivision or other
organization arising out of or in connection with Consultant's negligent and/or
intentionally wrongful acts or omissions in performing the Services; but excluding
such actions, claims, demands, lawsuits and liability for damages to persons or
property arising from the sole negligence or intentionally wrongful acts of City, its
officers, employees or agents.
ARTICLE 7 - GENERAL CONSIDERATIONS
7.1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing party shall, in addition to any costs and
other relief, be entitled to the recovery of its attorneys fees.
7.2 All documents, records, drawings, designs, cost estimates, electronic data files,
databases and other documents developed by Consultant pursuant to this
Agreement and any copyright interest in such documents shall become the property
of City and shall be delivered to City upon completion of the Services, or upon the
request of City. Any reuse of such documents and any use of incomplete
documents will be at City's sole risk.
7.3 Consultant's key person for the Project is R. Barry Bierschbach, RE., Project
Manager and Consultant agrees that Mr. Bierschbach shall be made available and
assigned to the Project, and that he shall not be replaced without concurrence from
City.
7.4 Consultant is for all purposes an independent contractor. Consultant shall supply
all tools and instrumentalities required to perform the Services. All personnel
employed by Consultant are for its account only, and in no event shall Consultant
or any personnel retained by it be deemed to have been employed by City or
engaged by City for the account of or on behalf of City.
7.5 Unless earlier terminated, as provided for below, this Agreement shall terminate
upon completion and acceptance of the Services by City.
7.6 This Agreement may be terminated by the City,without cause, by providing five (5)
days prior written notice to Consultant of intent to terminate.
7.7 If this Agreement is terminated by City, an adjustment to Consultant's compensation
shall be made, but no amount shall be allowed for anticipated profit or unperformed
Services, and any payment due Consultant at the time of termination may be
adjusted to the extent of any additional costs to City occasioned by any default by
Consultant.
7.8 Upon receipt of a termination notice, Consultant shall immediately discontinue all
Services, and within five (5) days of the date of such notice, deliver or otherwise
make available to City, copies (in both hard copy and electronic form, where
applicable) of any data, design calculations, drawings, specifications, reports,
estimates, summaries and such other information and materials as may have been
accumulated by Consultant in performing the Services. Consultant shall be
compensated on a pro-rata basis for work completed up until notice of termination.
7.9 Consultant shall maintain books and accounts of all payroll costs and expenses
incurred in performing the Services. Such books shall be available at all reasonable
times for examination by City at the office of Consultant.
7.10 This Agreement, including the attachments incorporated herein by reference,
represents the entire agreement and understanding between the parties as to the
matters contained herein, and any prior negotiations, written proposals or
agreements with regard to the subject matter hereof between City and Consultant
are superseded by this Agreement. Any amendment to this Agreement shall be in
writing, approved by City Council of City and signed by City and Consultant.
7.11 This Agreement shall be governed by and construed in accordance with the laws of
the State of California.
IN WITNESS WHEREOF, duly authorized representatives of the City and Consultant have
signed in confirmation of this Agreement.
ENGINEERING RESOURCES OF
CITY OF REDLANDS SOUTHERN CALIFORNIA, INC.
("City") ("Consultant")
By: By:
us Peppier John Brudin, P.E.
Ma 7r PresidInt
ATTEST:
Lorry Po zer lerk
City of R dlan s
ATTACHMENT A
Scope of Services
Description
The City would like to update and revise the Non-Potable Water System needs within the
City's water service area. Based upon our meetings with the City's staff on July 27, 2004,
the City's staff has identified a list of projects for its non-potable/recycled water system.
The updates and revisions to the study are as follows:
A. Mapping of the Non-Potable Water System
1. Revise the non-Potable pressure zones and existing and proposed non-
potable water transmission and storage system to include all areas within
the City's water service area.
2. Determine facilities required to serve existing high priority non-potable
water demands within the City's water service area.
3. Estimate cost of facilities for each Pressure Zone to serve existing high
priority non-potable water demands within the City's water service area.
4. Update and identify existing high priority non-potable water demands
within the City's water service area.
5. Identify future potential areas of non-potable uses under current City
General Plan.
B. Study of Non-Potable Water System Report
1. Update and revise the draft report for the "Study of Non-Potable water
System" to reflect current conditions for all areas within the City's water
service area. The report will list and evaluate all potential existing non-
potable users within City's water service area.
2. The updated report to include all future potential non-potable usage
areas within the City's water service area. Each separate non-potable
pressure zone to have estimate of potential non-potable usage.
3. The updated report to include recommendations for maximizing water
supplies for potable and non-potable uses.
4. The updated report to provide hydraulic simulation model (H20Net) of
existing and recommended pipeline transmission system, storage, and
supply system for recommended non-potable water system.
5. The updated report to identify short-term high priority non-potable
projects and long-term non-potable projects.
Project Management
Engineering Resources of Southern California, Inc., will provide overall project
management for the City. Specific tasks shall include preparing the report and map,
preparing agendas for meetings, quality control, keeping on schedule and maintaining
regular communications with the City's staff.
City's Obligations
City shall provide all pertinent requested information on the City's existing water service
area.
Meetings
Engineering Resources of Southern California, Inc.,will include three(3)meetings with the
City's staff during the course of the project.
List of Deliverables
Engineering Resources of Southern California, Inc.will provide 5 hard copies of maps 36"x
24" with CID copy on AutoCad format of Map, and 5 hard copies of the Report with disk in
MS Word format of Report and data for H20NET model simulation on disk.
ATTACHMENT B
Proiect Schedule
The schedule for the project is included below:
September 24, 2004 Notice to Proceed
November 30, 2004 Prepare and submit 80% of Revised and Updated Report*
December 20, 2004 Submittal of Report (95% level)*
City to review submittal and return to Engineering Resources of Southern California, Inc.,
within one (1) week.
ATTACHMENT "C"
Proiect Fee
Estimated
Task Category Hours $/Hr Cost
Meet with City staff for report
and map parameters Principal Engineer 4 130 $520
Evaluate Revisions and
Updates Principal Engineer 4 130 $520
Engineering Tech 11 4 75 $300
Map Revisions and Updates
Principal Engineer 4 130 $520
Engineering Tech 11 16 75 $1,200
Analysis of Revisions and Principal Engineer 8 130 $1,040
Updates
Engineering Tech 11 16 75 $1,200
Report Principal Engineer 16 130 $2,080
Engineering Tech 11 32 75 $2,400
Executive Secretary 12 55 $660
Cost Estimates of Facilities Principal Engineer neer 4 130 $520
Engineering Tech If 8 75 $600
Meetings Principal Engineer 8 130 $1,040
Engineering Tech 11 8 75 $600
ITOTALS 1 1 132 1 1 $13,200
ATTACHMENT D
Rate Schedule
Category $/Hr
Principal Engineer 130
Engineering Tech 11 75
Executive Secretary 55