Loading...
HomeMy WebLinkAboutContracts & Agreements_80-2023AGREEMENT TO PERFORM PROFESSIONAL SERVICES This agreement for the provision of Engineering and Design of Water Facilities Generators ("Agreement") is made and entered in this 16th day of May, 2023 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and Richard Brady & Associates, Inc. a California Corporation ("Consultant"). City and Consultant are sometimes individually referred to herein as a "Party" and, together, as the "Parties." In consideration of the mutual promises contained herein, City and Consultant agree as follows: ARTICLE 1— ENGAGEMENT OF CONSULTANT 1.1 City hereby engages Consultant to provide Engineering and Design of Water Facilities Generators services for City (the "Services"). 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 the Services to City at a level of competency presently maintained by other practicing professional consultants in the industry providing like and similar types of Services. ARTICLE 2 — SERVICES OF CONSULTANT 2.1 The Services that Consultant shall perform are more particularly described in Exhibit "A," titled "Scope of Services," which is attached hereto and incorporated herein by this reference. 2.2 Consultant shall comply with applicable federal, state and local laws and regulations in the performance of this Agreement including, but not limited to, any applicable State prevailing wage laws. ARTICLE 3 — RESPONSIBILITIES OF CITY 3.1 City designates John R. Harris, Municipal Utilities and Engineering Department Director, as City's representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to performance of the Services. ARTICLE 4 — PERFORMANCE OF SERVICES 4.1 Consultant shall perform and complete the Services in a prompt and diligent manner in accordance with the schedule set forth in Exhibit "B," titled "Project Schedule," which is attached hereto and incorporated herein by reference. 4.2 Consultant shall complete the Services by April 30, 2024, unless the Services are terminated earlier as provided for herein. 1 I:\emo\Agreements\PSA with Richard brady Associates FY22-0157.doc 4.3 If Consultant's Services include deliverable electronic visual presentation materials, such materials shall be delivered in a form, and made available to City, consistent with City Council -adopted policy for the same. It shall be the obligation of Consultant to obtain a copy of such policy from City staff. ARTICLE 5 — PAYMENTS TO CONSULTANT 5.1 Compensation: Total compensation for Consultant's performance of the Services shall not exceed the amount of Five Hundred Seven Thousand Five Hundred Forty -Nine Dollars ($507,549). City shall pay Consultant on a time and materials basis up to the not to exceed amount in accordance with Exhibit "C," titled "Fee Schedule" which is attached hereto and incorporated herein by reference. 5.2 Consultant shall submit monthly invoices to City describing the Services performed during the preceding month. Consultant's invoices shall include a brief description of the Services performed, the dates the Services were performed, the number of hours spent and by whom, and a description of reimbursable expenses related to the Services. City shall pay Consultant no later than thirty (30) days after receipt and approval by City of Consultant's invoice. 5.3 Any notice or other communication required, or which may be given, pursuant to this Agreement, shall be in writing. Any such notice shall be deemed delivered (i) on the date of delivery in person; (ii) five (5) days after deposit in first class registered mail, with return receipt requested; (iii) on the actual delivery date if deposited with an overnight courier; or (iv) on the date sent by facsimile or electronic mail transmission (including PDF), if confirmed with a copy sent contemporaneously by first class, certified, registered or express mail; in each case properly posted and fully prepaid to the appropriate address set forth below, or such other address as a Party may provide notice in accordance with this section: CITY: City Clerk City of Redlands 35 Cajon Street P.O. Box 3005 (mailing) Redlands, CA 92373 jdonaldson@cityofredlands.org Phone: (909) 798-7531 CONSULTANT: Richard Brady, PE, BCEE, CEO Richard Brady & Associates, Inc. 10089 Willow Creek Road, Suite 375 San Diego, CA 92131 rbrady@rbrady.net Phone: (858) 496-0500 Fax: N/A ARTICLE 6 — INSURANCE AND INDEMNIFICATION 6.1 The following insurance coverage required by this Agreement shall be maintained by Consultant for the duration of its performance of the Services. Consultant shall not perform any Services unless and until the required insurance listed below is obtained by Consultant. Consultant shall provide City with certificates of insurance and endorsements evidencing such insurance prior to commencement of the Services. Insurance policies 2 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc shall include a provision prohibiting cancellation or modification of the policy except upon thirty (30) days prior written notice to City. A. Workers' Compensation and Employer's Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City, or certification to City that Consultant is self -insured or exempt from the workers' compensation laws of the State of California. Consultant shall execute and provide City with Exhibit "D," titled "Workers' Compensation Insurance Certification," which is attached hereto and incorporated herein by this reference, prior to performance of the Services. B. Comprehensive General Liability insurance with carriers acceptable to City in the minimum amount 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. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. C. Consultant shall secure and maintain professional liability insurance throughout the term of this Agreement in the amount of One Million Dollars ($1,000,000) per claim made. D. Business Auto Liability coverage, with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit bodily injury liability and property damage liability. This coverage shall include all Consultant owned vehicles used in connection with Consultant's provision of the Services, hired and non -owned vehicles, and employee non -ownership vehicles. City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. E. Consultant is expressly prohibited from assigning or subcontracting any of the Services without the prior written consent of City. In the event of mutual agreement by the Parties to assign or subcontract a portion of the Services, Consultant shall add such assignee or subcontractor as an additional insured to the insurance policies required hereby and provide City with the insurance endorsements prior to any Services being performed by the assignee or subcontractor. 6.2 Consultant shall defend, indemnify and hold harmless City and its elected and appointed officials, employees and agents from and against any and all claims, losses or liability, including attorneys' fees, arising from injury or death to persons or damage to property occasioned by any negligent act or omission by, or the willful misconduct of, Consultant, or its officers, employees and agents in performing the Services. 3 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc ARTICLE 7 — CONFLICTS OF INTEREST 7.1 Consultant covenants and represents that it does not have any investment or interest in any real property that may be the subject of this Agreement or any other source of income, interest in real property or investment that would be affected in any manner or degree by the performance of Consultant's Services. Consultant further covenants and represents that in the performance of its duties hereunder, no person having any such interest shall perform any Services under this Agreement. 7.2 Consultant agrees it is not a designated employee within the meaning of the Political Reform Act because Consultant: A. Does not make a governmental decision whether to: (i) approve a rate, rule or regulation, or adopt or enforce a City law; (ii) issue, deny, suspend or revoke any City permit, license, application, certification, approval, order or similar authorization or entitlement; (iii) authorize City to enter into, modify or renew a contract; (iv) grant City approval to a contract that requires City approval and to which City is a party, or to the specifications for such a contract; (v) grant City approval to a plan, design, report, study or similar item; (vi) adopt, or grant City approval of, policies, standards or guidelines for City or for any subdivision thereof. B. Does not serve in a staff capacity with City and in that capacity, participate in making a governmental decision or otherwise perform the same or substantially the same duties for City that would otherwise be performed by an individual holding a position specified in City's Conflict of Interest Code under Government Code section 87302. 7.3 In the event City determines that Consultant must disclose its financial interests, Consultant shall complete and file a Fair Political Practices Commission Form 700, Statement of Economic Interests, with the City Clerk's office pursuant to the written instructions provided by the City Clerk. ARTICLE 8 — GENERAL CONSIDERATIONS 8.1 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 reasonable attorneys' fees, including fees for the use of in-house counsel by a Party. 8.2 Consultant shall not assign any of the Services, except with the prior written approval of City and in strict compliance with the terms and conditions of this Agreement. Any assignment or attempted assignment without such prior written consent may, in the sole discretion of City, result in City's immediate termination of this Agreement. 4 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc 8.3 Consultant is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor. Neither City nor any its agents shall have control over the conduct of Consultant or Consultant's employees, except as herein set forth. Consultant shall supply all necessary tools and instrumentalities required to perform the Services. Assigned personnel employed by Consultant are for its account only, and in no event shall Consultant or 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. Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent, nor shall Consultant have any authority, express or implied, to bind City to any obligation. 8.4 This Agreement may be terminated by City, in its sole discretion, by providing not less than five (5) days prior written notice to Consultant of City's intent to terminate. If this Agreement is terminated by City, an adjustment to Consultant's compensation shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed Services, and (2) 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. Upon receipt of a termination notice, Consultant shall immediately discontinue its provision of the Services and, within five (5) days of the date of the termination notice, deliver or otherwise make available to City, copies (in both hard copy and electronic form, where applicable) of project related 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 Services completed up to the date of termination. 8.5 Consultant shall maintain books, ledgers, invoices, accounts and other records and documents evidencing costs and expenses related to the Services for a period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant pursuant to this Agreement. Such books shall be available at reasonable times for examination by City at the office of Consultant. 8.6 This Agreement, including the Exhibits 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 verbal agreements relating to such matters are superseded by this Agreement. Except as otherwise provided for herein, any amendment to this Agreement shall be in writing, approved by City and signed by City and Consultant. 8.7 This Agreement shall be governed by and construed in accordance with the laws of the State of California, without regard to its conflicts of laws provisions. The Parties agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated only in the state courts located in San Bernardino County, California, and the federal courts located in Riverside County, California. 5 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc 8.8 If one or more of the sentences, clauses, paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction, the same shall be deemed severable from the remainder of this Agreement and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or sections contained herein, unless to do so would deprive a Party of a material benefit of its bargain under this Agreement. IN WITNESS WHEREOF, duly authorized representatives of City and Consultant have signed in confirmation of this Agreement. CITY OF REDLANDS RICHARD BRADY & ASSOCIATES, INC. By: Eddie Tejeda, Mayor ATTEST: ne Donaldson, City Clerk 6 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc By: ?A',,,e,“1. Richard Brady, PE, BCEE, CEO EXHIBIT "A" SCOPE OF SERVICES The following Scope of Work details the tasks that the Consultant shall complete with respect to preparing and completing the Engineering and Design of Water Facilities Generators (Project). This scope of work shall be completed within the schedule period listed in Exhibit "B." Task 1— Project Management The Consultant shall prepare and lead the Project kick-off meeting with the City of Redlands (City) to discuss and review the following items. The Consultant's key staff shall attend. Items to be discussed are the following: • Project background, goals, constraints, and approach • Project reporting/communication protocols/coordination • Critical/high priority scope items • Quality Assurance and Quality Control methodology • Provide electronic project design schedule (baseline and monthly progress updates) in searchable PDF and MS Project format. At a minimum, the schedule shall include all major tasks, submittals, review periods, meetings, workshops, and milestones. • Prepare and lead monthly coordination/progress meetings with the City. The Consultant shall prepare an agenda, meeting minutes, and PowerPoint presentations (as required) for all meetings for the duration of the project. • Conduct and demonstrate an effective Quality Assurance and Quality Control (QA/QC) program including the following: o Monthly invoicing and progress report summarizing work performed, progress to date, pending action items, project budget, and updated schedule. Deliverables 1. Meeting agendas and presentations 2. All correspondence, submittals, and deliverables (drafts and final) shall be submitted in searchable PDF and native format (AutoCAD; MS Word, Excel, Project, PowerPoint, etc.): 3. Monthly invoice and progress report including Project schedule and monthly updates. Task 2 — Site/Data Review and Surveying The Consultant shall arrange for site visits and for record drawing (as-builts) for the existing pump stations. The Consultant shall visit and evaluate each pump station site. Interviews with City engineering and operations staff shall be conducted. The Consultant shall review the existing record drawings and arrange for site surveying for design purposes. The Consultant shall perform topographic surveys of each site within the City of Redlands, County of San Bernardino, California. The following are the sites to be surveyed: • 5th Avenue Reservoir (APN 0299291150000) • Agate Reservoir (APN 0298151370000) 7 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc • Country Club Reservoir (APN 0300461210000 & 0176192120000) • Texas Reservoir (APN 0167171010000) The limits of the survey at each site shall be to the existing perimeter chain link fencing. No boundary survey shall be performed at this time on any of the properties being surveyed. The topographic survey shall be developed at 1 "=20' scale and include the following items: • Sufficient spot elevations and break lines to accurately develop contours at a 1.0' interval. • Curbs, gutters, curb ramps and sidewalks • Paving types • Location of buildings and existing structures • Fences, walls, and gates • Driveways and walkways • Pavement striping • Trees and tree wells • Above ground evidence of utilities • Light poles, power poles and signage Survey control shall be tied to the current San Bernardino County adjustment of the California State Plane, NAD83, horizontal coordinate system, and shall be tied vertically to a San Bernardino County benchmark of record. The final survey drawing shall be delivered in AutoCAD version 2018 format and shall include an interactive surface model, and specific survey point layers. All survey work performed by the Consultant on this project shall be done under the direct supervision of a Professional Surveyor Licensed in the State of California. Deliverables 1. The Consultant shall provide electronic copies of all records and site visit photos in native format. 2. Field topographic survey for each pump station site in AutoCAD Task 3 — Generator Specification The Consultant shall develop the draft specification for the generators for each pump station. The specifications shall include but are not limited to the following: • Electrical load requirements • Fuel type, storage, and containment • Automatic transfer switches • Noise requirements/ordinances, and mitigation • Installation offsets and foundation requirements • Arc flash requirements • Site security AQMD pre -approved generators shall be used where possible. 8 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc The basic generator sizing tasks that the Consultant shall follow are: 1. List of all items that will be powered. The Consultant shall work with City staff and operations to decide this at each station. 2. Determine the starting wattage (energy needed to turn it on) and running wattage (energy needed to operate it) for each piece of equipment. 3. Calculate the total power requirement by adding up these kW or KVA figures. The Consultant shall recommend a generator size with a capacity that is fifteen (15) to twenty (20) percent larger than the requirements. Deliverables 1. Draft Generator specification in Word and PDF 2. Final Generator specification in Word and PDF Task 4 — Regulatory Requirements The Consultant shall review all regulatory requirements and coordination needed for the purchase and installation of the generators. Applications for permits shall be drafted for City review and consensus. Particular attention shall be paid to residential areas and noise levels. Regulatory requirements include but are not limited to Southern California Edison (SCE), South Coast Air Quality Management District (AQMD), Spill Containment (SPCC), and California Environmental Quality Act (CEQA). Task 4.1: Notice of Exemption The Consultant shall prepare a Notice of Exemption (NOE) for City signature and shall include a brief description of the project and explanation of why it is exempt from CEQA. The Consultant shall post the NOE at the County Clerk's office and pay the clerk's filing fee, to be reimbursed by the City. This task shall include time for the Consultant to coordinate with the City as project information is developed, as well as time for participation in up to 3 project team meetings. Task 4.2: Noise Analysis The Consultant shall analyze noise levels generated by the proposed generators and received by nearby residences and other sensitive land uses. The noise analysis shall focus on demonstrating operational compliance with the City's noise ordinance and, if needed, identifying mitigation to bring project -related noise below acceptable levels. The Consultant shall measure existing noise levels in the vicinity of the four (4) proposed generator locations. The Consultant shall collect product information from the engineering design team and model noise levels generated at each site, comparing the project conditions to ambient levels. The Consultant shall summarize survey results, analysis methods and prediction results, and any mitigation recommendations in a concise technical memorandum for review by the City. The Consultant shall revise the memorandum based on up to two (2) rounds of City review and prepare a final version of the memo. 9 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc Task 4.3: Air Pollutant Emissions, Health Risk Assessment Screening, and AQMD Permitting Support All four (4) generators are located near existing residences generators must be permitted with AQMD. Permitting will require estimate of air pollutant emissions and a health risk assessment of the generators using the AQMD Risk Tool, which estimates pollutant health risk from internal combustion engines using a spreadsheet. The Consultant shall estimate criteria air pollutant emissions associated with the project operation using the California Emissions Estimator Model (CalEEMod). The Consultant shall run the AQMD Risk Tool for each of the four (4) generators; if any of the generators fails this screening tool, a formal health risk assessment using a dispersion model would be required. For each generator, the Consultant shall prepare application forms required by the AQMD to initiate the Authority to Construct/Permit to Operate (ATC/PTO) process. The Consultant shall develop a process description of the project in close coordination with the applicant or its representatives for each of the four (4) generators, though it may be the same or similar depending on design and model. The Consultant shall incorporate emission calculations and the AQMD Risk Tool screening results into the application package for each generator. During the application package preparation, the Consultant shall correspond and coordinate with AQMD to respond to questions or comments on the application package. Task 4.4: Spill Prevention, Control, and Countermeasure Plans The Consultant shall prepare a SPCC Plan for each of the generator sites. The Consultant shall submit a draft of each plan to assist the City with the permitting process for the proposed generators, including APCD, SCE, and DEH approvals. The Consultant shall prepare application forms, collect required attachments, and create submittal packages for the permitting entities. The Consultant shall respond to comments and questions from the permitting entities and compile supplements to the applications if additional information is requested. Deliverables 1. Draft Regulatory Requirements Memo in Word and PDF 2. Final Regulatory Requirements Memo in Word and PDF Task 5 — Budgetary Cost The Consultant shall prepare estimates of probable construction costs for performing the generator work and related improvements. The Consultant shall prepare cost estimates at the following stages of the project: thirty percent (30%), sixty percent (60%), and ninety percent (90%). Deliverables 1. Preliminary Design Report in Excel and PDF 2. 30%, 60%, and 90% Submittal in Excel and PDF 3. 100% Submittal (Engineer's Estimate for Bidding Purposes) in Excel and PDF 10 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc Task 6 — Optional Equipment/Requirements During design development, the Consultant may recommend optional equipment or changes to operational equipment and appurtenances, all based upon our knowledge of the existing pump stations, the City's distribution system, and overall City needs. The Consultant shall prepare a section in the Preliminary Design Report (PDR) that addresses recommended optional equipment and requirements. Deliverables 1. Optional equipment PDR section in PDF, Excel, and PDF Task 7 — Report and Plans and Specifications Preliminary Design Report The Consultant shall prepare a PDR that includes the findings from the previous tasks, and recommendations for installation of a generator at each pump station site. The Table of Contents for the PDR shall include an Executive Summary, findings and data from the site visits including electrical loads, recommended generator sizing, site layouts of the generator at each pump station, access to the generator for fuel, structural slab requirements, evaluation of space for electrical equipment, and other general information. An estimated construction schedule for each site shall be developed including major construction tasks and sequencing. During the PDR, the Consultant shall conduct one (1) focus meeting to discuss the electrical, instrumentation and controls design details. For the thirty percent (30%) submittal, the Consultant shall use the field survey and as -built information to begin to develop the construction drawings. The thirty percent (30%) submittal shall include the site layouts for the generators for each pump station and a Table of Contents for the detailed technical specifications. The proposed drawing list for each pump station bid set is as follows: Sheet List Page Number Drawing Number Drawing Title 1 G-1 Title Sheet 2 G-2 General Notes, Legend, Abbreviations 3 G-3 Existing Conditions Survey 4 D-1 Demo Site Plan 5 C-1 Proposed Site Plan 6 C-2 Civil Details 7 S-1 Structural General Notes & Abbreviations 8 S-2 Generator Foundation & Wall 9 S-3 Transfer Switch Foundation & Details 10 S-4 Structural Details 11 E- 1 Electrical General Notes & Abbreviations 12 E-2 Electrical Single Line Diagram 13 E-3 Electrical Site Plan 14 E-4 Electrical Details 11 I:\cmo\Agreements\PSA with Richard brady Associates PY22-0157.doc For the sixty percent (60%) and ninety percent (90%) submittals, the Consultant shall have completed all data gathering, analysis, utility research, and review of all available documentation, and the information shall be reflected on the drawings. Once complete and prior to the sixty percent (60%) review workshop, the Consultant shall conduct a field review with plans in hand to review the proposed sites to ascertain the conditions of the surrounding environment, discuss pertinent project information, and develop a final opinion of possible impacts, mitigation measures, and alternatives. The Consultant shall conduct Design Workshops including detailed presentations to District staff at the end of the sixty percent (60%) and ninety percent (90%) design efforts to discuss the project, construction schedule, costs, constraints, and transition to bidding phase. The Consultant shall receive, document, and address any District comments provided at the workshops. Full review and addressing of District written comments shall be conducted in addition to the workshop. The Consultant and the City shall participate in this effort. This field walk/review shall be repeated prior to the ninety percent (90%) submittal to confirm if any changes occurred during the design process and to ensure any changes are reflected on the final drawings. At the sixty percent (60%) and ninety percent (90%) design levels, the Consultant shall submit two (2) hard copy sets of: drawings half size on 11 x 17, specifications (front end documents, special conditions, and custom technical specifications); and construction cost estimate electronically. Deliverables 1. Draft Preliminary Design Report in PDF 2. 30% Submittal in PDF 3. 60% Submittal, 2 Hard Copies in PDF 4. 90% Submittal, 2 Hard Copies in PDF Task 8 — Prepare Request for Bid (RFB) Package (100% submittal) The Consultant shall prepare RFB documents in four (4) bid packages consisting of detailed design plans and specifications for each pump station. At the 100% design level, the Consultant shall submit design drawings and specifications signed and sealed by a licensed civil or discipline engineer in the State of California, final cost estimate, and specifications (`front-end' documents, special conditions, and custom technical specifications), final calculations, and all related files submitted electronically. The Consultant shall address any final District comments on the 100% submittal prior to advertisement. Contract Documents shall be prepared in accordance with the City's latest standard documents. The Consultant shall utilize the City's existing 'front-end' bidding documents and supplement the City's existing technical specifications as required. The Consultant shall prepare complete specifications, including General Conditions (provided by the City), General Requirements, Supplemental Conditions, Technical Specifications, and detailed Bidding Sheets including final Engineers Estimate of costs. The Consultant shall coordinate all activities with SCE to obtain an electrical plan of service if changes are required. The Contract Documents shall include the final 12 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc approved electrical plan of service if required. The SCE permit application shall be submitted in the early stages of the design to allow sufficient time for SCE to prepare the plan of service. Deliverables 1. Draft RFB package in PDF 2. Final RFB package in PDF Task 9 — Bid Services The Consultant shall support the City during the bidding phase for each of the four (4) bid packages as follows: • Attend the construction pre -bid walk-thru meeting and participate as appropriate for each bid package • Provide technical support relative to contractor and/or supplier questions and prepare a response to any questions within four (4) working days during the bidding period • Prepare up to three (3) addenda including plan revisions and revision clouding in the City's standard form, which will be reviewed and issued by City staff. • City staff will review and analyze bids received to provide recommendation of award to lowest responsible and responsive bid. Deliverables 1. Addenda in PDF Task 10 — Landscaping Design Water is a precious resource. The landscape for this project shall be designed so that a minimum amount of water is required. This shall be accomplished by utilizing southern California adaptive plant material and by incorporating native plants when reasonable. The existing plantings shall be evaluated, and determinations shall be made to remove or trim existing trees. The irrigation system shall be an automatic system that shall utilize a new controller and backflow prevention device. Estimated total water use (ETWU) and maximum applied water use (MAWA) calculations shall be completed for the site to ensure the project conforms to AB-1881, water conservation. The requirement to provide screen planting along the generator area shall be addressed in the planting plans. The proposed plant material used shall again be regionally appropriate and will be sized and designed to minimize visual impacts. Public Meeting: Because this project is located in a public area with adjacent residences, the consultant shall hold community meetings so that the residents have the opportunity to be informed and provide their opinions as it relates to the proposed improvements. Community relations are an important component to the successful implementation of this project's success. The City shall notify residents and schedule meetings at a public location (recommendation is to meet at the project site), to facilitate the neighborhood participation meetings where concepts and recommendations that are developed, that will eventually be conceptually presented to the public. Residents shall be encouraged to actively participate in discussion regarding proposed landscaping improvements. 13 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc EXHIBIT "B" PROJECT SCHEDULE Tasks April 2023 May 2023 Juna 2023fT-- July 2023 August 2023 September 2023 October 2023 November 2023 December 2023 anuary 2024 February 2024 March 2024 April 2024 12 3 4 112 3 4 1 2 art 1I2 3 4 1 213 4 112 3 4 1 213 4 1 2 3 4 112 3 4 1 2 3 4 2 3 4 1 2 3 4 1 2 3 4 Task 1-Project Management Kickoff Meeting Monthly Progress Meetings ®1111 El II ill Task 2. Site/Data Review Sorvn, Task 'I, 4 - Regulatory Requlremenb -Regulatory Requirements _ i Task 5 - Budgetary Cost _—Task Task 6.Options Equipment/Requirements Task T - Prepare Recommendation Report and Plans Draft Report City Review . _ Final Report . - - _ Agate Design Documents Texas Sheet Design Documents _ _ fifth Avenue Design Documents Country Club Design Documents I Task 3 - Prepare Package for Request for Bid (RPM/ j Task 9 • Bidding Assistance ServIms I I I I-1------- T----r—Tr T Monthly Cr drat Available Progress Meetings Path Items Window of Time 14 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc EXHIBIT "C" FEE SCHEDULE RICHARD BRADY & ASSOCIATES Cost Proposal for City of Redlands RFP Number: 20230112VM Program Manager: Richard Brady Project Title: Engineering and Design of Start Date: TBD Water Facilities Generators Proposal Date: 2/7/2023 End Date: TBD .. _. „ Labor Category Code Labor Rate Labor Hours Cost Senior Program Manager / Senior Principal P7 $ 367.00 120.0 $44,040 Program Manager / Principal Engineer II P6 $ 318.00 336.0 $106,848 Managing Engineer / Principal Engineer I P5 $ 271.00 - $ - Senior Engineer / Project Manager P4 $ 221.00 42.0 $9,282 Project Engineer P3 $ 204.00 388.0 $79,152 Staff Engineer P2 $ 186.00 - $ - Associate Engineer P1 $ 156.00 - $ - Senior Designer D3 $ 210.00 560.0 $117,600 Designer D2 $ 156.00 $ - Drafter D1 $ 132.00 - $ - Senior Administrative Staff / Contracts A3 $ 198.00 - $ - Admin Assistant, Project Coordinator A2 $ 114.00 - $ - Reproduction Clerk, File Clerk, Data Entry Al $ 89.00 - $ - Construction Manager CM3 $ 229.00 40.0 $9,160 Senior Construction Inspector CM2 $ 204.00 - $ - Construction Inspector CM1 $ 186.00 - $ - Permit Expeditor PER1 $ 87.20 - $ - Total Labor Cost 1,486.0 $366,082 Estimated Travel Costs Travel $2.882 Total Travel Cost $2,882 Estimated ODCs (Subcontractors, Materials, Supplies, Reproduction, etc.) CEQA DUDEK $59,000 Survey Coast Survey $59,895 Service Center Charge $0.00/Hour $ - Reproduction $ - Subtotal ODCs $118,895 G&A on ODCs (excl Travel) 3.00% $3,567 Total ODC Costs $122,462 Profit on ODCs (excl Travel) 5.00% $6,123 Total ODC Cost $128,585 Total Estimated Project Cost $497,549 Landscaping design $10,000 GRAND TOTAL COST $507,549 15 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc EXHIBIT "D" WORKERS' COMPENSATION INSURANCE CERTIFICATION Every employer, except the State, shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this State. (b) By securing from the Director of Industrial Relations, a certificate of consent to self -insure, either as an individual employer, or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his or her employees. CHECK ONE X I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work and activities required or permitted under this Agreement. (Labor Code §1861). I affirm that at all times, in performing the work and activities required or permitted under this Agreement, I shall not employ any person in any manner such that I become subject to the workers' compensation laws of California. However, at any time, if I employ any person such that I become subject to the workers' compensation laws of California, immediately I shall provide the City with a certificate of consent to self -insure, or a certification of workers' compensation insurance. I certify under penalty of perjury under the laws of the State of California that the information and representations made in this certificate are true and correct. RICHARD BRADY & ASSOCIATED, INC. By:Date: 5/11/2023 chard Brady, PE, BCEE, O 16 I:\cmo\Agreements\PSA with Richard brady Associates FY22-0157.doc