HomeMy WebLinkAboutContracts & Agreements_60-2025AGREEMENT TO PERFORM PROFESSIONAL SERVICES
This agreement for the provision of engineering design services for the Sunset Reservoir
Project ("Agreement") is made and entered in this 15" day of April, 2025 ("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
I.1 City hereby engages Consultant to provide engineering design services for the Sunset
Reservoir Project 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 December 31, 2026, unless the Services are
terminated earlier as provided for herein.
1
l:IcmolAgreementslBrady_and Associates PSA FY25-0044.docx jm
1k v
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 Total compensation for Consultant's performance of the Services shall not exceed the
amount of one million three hundred five thousand nine hundred ten dollars ($1,305,910).
City shall pay Consultant on a time and materials basis up to the not to exceed amount in
accordance with Exhibit "C," titled ("Fee Proposal") 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 Cleric
City of Redlands
35 Cajon Street
P.O. Box 3005 (mailing)
Redlands, CA 92373
jdonaldson@cityofredlands.org
Phone: (909) 798.7531
CONSULTANT:
Karl Kuebitz, Vice President
Richard Brady & Associates, Inc.
10089 Willow Creek Rd. Suite 375
San Diego, CA 92131
Email: kkuebitz@rbrady.net
Phone: (619) 733-1811
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
2
1:kmolAgreernents\Brady_and Associates P5A FY25-0044.docx jm
,err"
such insurance prior to commencement of the Services. Insurance policies 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.
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,
3
McmolAgreements\Brady and Associates PSA FY25-0044.docx jm
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.
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
4
IA molAgreementsTrady_and Associates PSA FY25-0044.docx jm
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.
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
5
BemolAgreements\Brady and Associates PSA FY25-0044.docx jm
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: ABy: 1(�k4k
Mario Saucedo, Mayor Karl Kuebitz, Vic Pre ident
ATTEST:
J e Donaldson, City Clerk
6
I: 1cmo\Agreernents\Brady_and Associates PSA FY25-0044.docx jm
EXHIBIT "A"
Scope of Services
Consultant's design team will perform the following tasks as part of this project. Consultant will
review and evaluate all existing relevant documentation to ensure a thorough understanding of the
project's requirements. Dedicated Project Manager, Karl Kuebitz, will act as a single point of contact
for the duration of the project, facilitating clear and efficient communication with the City's Project
Manager and ensuring that timely and accurate information is provided on project matters.
Additionally, Consultantwill maintain open communication channelswith all stakeholders to ensure
the project progresses smoothly and meets expectations.
Consultant will deliver high -quality reports, drawings, specifications, cost estimates, applications,
exhibits, and professional presentations necessary for project approvals in accordance with
applicable state regulations, accepted industry best practices, and the most current edition of the
City of Redlands "Standard Specifications and Detailed Drawings for Design and Construction of
Public Improvements" document.
Task 1— Project Management/Initiation
Consultant will follow a "Waterfall" project management methodology and will follow a linear,
sequential progression. A Gantt chart schedule for the design project which outlines each step of
the project development is contained in an appendix to this proposal. Throughout this process,
effective communication and leadership will guide each phase of the waterfall until we reach a final
bid -ready package all stakeholders are proud of.
An effective project begins with a clear vision. in this case it is a well -specified suitable -for -
construction New Sunset Reservoir bid package and accurate cost estimate. The refinement process
begins by understanding the hydraulic demands of this pressure zone and sizing the new reservoir
accordingly to handle maximum day demands plus potential fire flows. Replacing this reservoir
facility will involve City, Agency, utility, and community involvement. The new facility will meet the
present and future hydraulic needs and will be easyto maintain by Operations and Maintenance.
7
L\cmo\Agreements\Brady_and Associates PSA FY25-0044_docx.im
1��
Documents
E
The Capacity and Hydraulic Tech Memos will become the
roadmap for the Project. It will distill the input of the
stakeholders to a guidebook to streamline Final
Engineering design forthe new Sunset Reservoir.
Every aspect of this project will be authored, designed,
and reviewed by an industry expert. Designers and
Subconsultants in each discipline wilt roll up to the Project
Manager, Karl Kuebitz, who will oversee and guide this
multidisciplinary design effort to ensure all tasks are
completed on schedule and within budget.
As part of project management, Consultant will prepare
monthly status reports, summarizing budget and
schedule updates, identifying potential issues early, and
collaborating with City staff to address them proactive[y.
These reports will be concise and limited to a single page
whenever possible. Consultant prides itself on razor-sharp
drawings, calculations that are easy to follow, and
specifications that are efficient and constructable. We will
respond to City comments and integrate them into the
developing package after each submittal.
The end -goal, as stated above, is to have a set of suitable -
for -construction documents which will deliver the
expected project and are contractor -friendly. Karl spent 18
years as a contractor specializing in the construction of
concretetanks before joining Consultant. Hewillstudythe
bid -ready package and ensure that it is realistic and
constructable.
L _ one Consultant's project team will actively engage with City
staff and stakeholders by attendingthe initial project kick-
off meeting, month[yvirtua[ progress meetings throughout
the duration of the project, an in -person alternatives
analysis meeting, in -person design review meetings, and
any additional necessary meetings to ensure project
alignment. For all meetings, we will prepare and distribute
draft agendas prior to the meeting to provide a clear and
efficient meeting framework. During these meetings, Consultant will provide updates on the project
scope, schedule, and budget.
Consultant will also handle meeting documentation with diligence. For every meeting, we will
prepare and distribute draft meeting notes, which summarize key discussion and decisions related
to the project within seven calendar days, allowing for attendee feedback. After incorporating
comments, we will finalize and share the notes with all attendees. This thorough documentation
process ensures transparency and clear communication throughout the project lifecycle.
8
1:lcmolAQreemcWs\Brady and Associates PSA FY25-0044.dccx-jm
,N*
The Kick-off Meeting will memorialize the project goals and objectives, outline project and
management approach, define roles and responsibilities, confirm scope and schedule, and setup a
system for accountability. An important component of the Kick-off will be to define Consultant's
Quality Assurance and Control Program. Consultant has a proven Quality Assurance and Quality
Control (QA/QC) program that relies on regular input from senior -level engineers and
communication throughout the Project. A copy of our QA/QC Program is included in the appendix.
This results in efficient delivery of quality products. Our formal QA/QC Program was developed on
the principal of "Error Prevention" as opposed to "Error Catching."
Abstract
idea to
Orienting
Execution
meaningful
goal
every
Producing
discipline to
that goat
quality
deliverables
Running
Providing
content
vafueabie
through the
support
BRADY
QA/QC
Finalizing a
clear,
consise, and
complete
design
package
For this project, John Christopher, PE, will serve as QA/QC manager. Mr. Christopher's extensive
experience as a Program Manager and Design Manager for significant water and wastewater project
make him extremely qualified for this role. We do not expect the Cityto serve as "plan checkers" for
our work products. Our entire QA/QC program, culture, and philosophy has been established to
make sure project documents are prepared accurately.
Deliverables: Kick-off Meeting with minutes, Meeting Agendas & Minutes, Monthly Billings and
Status Reports, Updated Project Schedules and Budget, and Decision Logs.
I \cmolAgrcement518rady and Associates PSA rY25-0044.docx-jm r,,,A '
Task 2 — Resource Documents and Data Review
Consultant will thoroughly review all available record
documents and documents pertaining to the project,
including but not limited to record drawings, shop
drawings, geotechnical reports, past investigation
reports, repair or improvement plans, jet -tracing of any
utilities with uncertain locations, and existing GIS
shapefile data on City utilities. Consultant will also
coordinate and conduct interviews with City engineering
and operations staff to ensure a clear understanding of
the existing distribution system and design goals for the
new Sunset Reservoir.
Once record documents are reviewed, Consultant's
multidiscipline design team will conduct a detailed field
investigation to verify the existing site conditions related
to civil, structural, mechanical, electrical, and
instrumentation disciplines. Consultant will work closely
with City operations staff to confirm existing site
conditions and utilities when necessary.
Deliverables: Document Log
PHASE 1-ALTERNATIVES EVALUATION
Task 3 — Evaluation of Reservoir Alternatives
Consultant will evaluate the overall project feasibility regarding the development of a new Sunset
Reservoir site. This evaluation includes:
Reservoir Types Evaluation
Consultant will evaluate various reservoirtypes and materials to determine the most viable solution
for the City. Reservoir types shall include standpipes, water towers, circular reservoirs, rectangular
reservoirs, and reservoirs of above -ground and below -ground construction. Reservoir materials shall
include AWWA D100 I Welded Carbon Steel Tanks, AWWA D110 I Wire and Strand -Wound, Circular,
Prestressed Concrete Tanks, and AMA D115 I Tendon -Prestressed Concrete Tanks. The Design
Team will also look at reinforced concrete per ACI 350 1 Code Requirements for Environmental
Engineering Concrete Structures.
Consultant's team has significant experience with all of these reservoir types and will be able to
clearly and concisely present the pros/cons of each type and material. This evaluation will include
but is not limited to overall structure durability, earthquake resilience, operations & maintenance,
and life -cycle costs. The Design Team will work closely with the City to determine the most suitable
solution to maximize onsite storage, maintain existing distribution system operations, and provide a
safe, reliable, and cost-effective water storage solution for this pressure zone.
10
I:Icmo\Aereements\Brady_and Associates PSA FY25-0044.docx-jin 011
Hydraulics Evaluation
Consultant has teamed up with Mission Consulting to assist with the hydraulic modeling and
evaluation scope for this project. This hydraulic evaluation will analyze the potential implications of
constructing the proposed Large reservoirs adjacent to the existing Sunset Reservoir within the 2340-
PZ. Although hydraulically placing a large volume of water at the top of a water distribution system
poses potential issues, such as water quality concerns, varied operational flexibility, special
pumping considerations, pipe up -sizing, and specialty valve usage; there can also be system -wide
operational benefits. These benefits include:
One of the most critical issues with constructing the new Sunset Reservoirs on the adjacent parcel
will be the potential need to lower the overall high-water-levet and low -water -level of these reservoir
with respect to the existing Sunset Reservoir, as discussed in the Approach section of this proposal.
Adjustingthese elevations may create certain hydraulic limitations for the reservoir and the 2340-PZ
that it feeds. Areas that are currently served by the existing reservoir may be too high to receive
adequate service, which could require additional system modifications, such as a hydropneumatic
pump station/tank. These areas will also be evaluated to determine if zone boundary shifts would be
appropriate, or if adjustments to PRV settings would be beneficial. The goal is the availabilityof water
to the City's customers.
The City's entire distribution system will be evaluated to verify the necessary volume and aspect ratio
of the proposed Sunset Reservoirs. As existing reservoirs are decommissioned or reduced in size to
account for seismic stability, the ability to move water throughout the system becomes even more
critical. Modeling scenarios will be dedicated to finding the right balance of storage options that will
best serve the City and its customers.
Water Quality Evaluation
Consultant will evaluate and identify potential implications related to the new Sunset Reservoir's
impact on system water quality. Water quality within a distribution system's reservoir is critical to
ensure safe and reliable drinking water for customers. Several key concerns must be monitored and
managed to prevent contamination and maintain compliance with regulatory standards. Some of
these key concerns that may affect reservoirs are:
11
[aeinolAgreements\Drady_and Associates PSA PY25-0044 docx- in �/Y
There are many options and products to control which the Design Team will consider to manage
water quality for the New Sunset Reservoir. At this time, we expect one analyzer and injector on the
inlet/outlet pipes, one analyzer on the reservoir wall, and a combination mixer/injector at the center
of the reservoir. Consultant will work closely with our hydraulic modeling subconsultant and the
City's operators to identify any potential water quality issues and implement preventative control
strategies, which will ultimately provide a safe, reliable, and easyto maintain water storage solution
for the City.
Foundations Evaluation
Consultant has teamed up with Group Delta to assist with the geotechnical scope for this project.
For this Foundations Evaluation it is understood that the final layout and elevation of the new
reservoirs is contingent on the outcome of the Hydraulics Evaluation. It is possible that several feet
of grade change at the site may be required to meet the hydraulic needs of the system and to create
a large enough level pad to construct the new reservoirs. Foundation design recommendations will
depend on the final elevation selected and whether or not fill is needed at the site to achieve the
desired elevations.
Duringthis evaluation, Group Delta proposes to have
a specialist surface geophysics subconsultant
undertake seismic refraction survey lines at three to
Sholpdn, . .
five locations in the area of the new reservoir pad and
- , G°Phon�
the edges of the existing slopes near the pad. This
data will help to interpret the physical variability of
the subsurface soils and provide information on the
Retfected
Seismic Waves Refried ,F+'
soil stiffness across the site, which can be used in
Seisms Waves
settlement analyses. This subconsultant will also
ffy'
undertake multi -channel analysis of surface wave
i.
(MASW) surveys to collect the seismic velocities that
will be needed to develop the Site Classification for seismic design in Phase 2.
Group Delta will undertake preliminary geotechnical interpretations and analyses that utilize their
existing geotechnical boring and laboratory data obtained across the street for the temporary tank
site along with the surface geophysics survey data to evaluate site grading and tank foundation
alternatives. In particular, Group Delta will work with Consultant to evaluate the overall stability and
deformation potential of the current and the proposed slopes associated with the site grading
alternatives, as well as the ability of shallow or deep foundations to meet the stringent horizontal
and vertical movement tolerances for reservoirs and associated improvements. Findings and
preliminary recommendations will be presented in technical memoranda.
12
l:lcmolAgreementslBrady and Associates PSA FY25-0044.docx jm
v�
Regulatory Constraints Evaluation
The Design Team will research and identify any regulatory
constraints that may influence the new Sunset Reservoir's site
development. Some of the predetermined regulatory agencies
may include the City of Redlands, State Water Resources Control
Board's Department of Drinking Water (SWRCB DDW), San
Bernardino County Flood Control District (SBCFCD), San
Bernardino County Public Works, South Coast Air Quality
Management District (SCAQMD), Federal Aviation Administration
(FAA), etc. Consultant will coordinate with necessary entities to
ensure requirements and constraints are satisfied, which will
facilitate a streamlined permitting and construction process for
the new reservoir site.
Po we r A va ila b ility Evaluation
Actual power demands will need to be evaluated after the Hydraulic Evaluation is completed to have
a better idea of what system improvements will be required for the new reservoirs site. The Design
Team will verify existing power supplied to the Sunset Reservoir site by reviewing record drawings,
conducting field investigations, and coordinating with Southern California Edison (SCE). If more
power is required, Consultant will coordinate with SCE to request upgrades to existing power
systems, as needed. Consultant will also analyze backup power needs, such as diesel generators,
to ensure reliable power is available even in emergency scenarios Allowing power and control
systems to operate without interruption is essential to maintain reservoir, pump station, chemical
dosing systems, site security, SCADA communications, and overall distribution system operations.
Task 4 — Evaluation of Costs
Consultant will conduct a comprehensive life cycle cost analysis for the proposed reservoir
alternatives, evaluating both net present value (NPV) and annual worth to determine the most cost-
effective solution. This analysis will account for initial capital investment, as well as projected
maintenance and operational costs over the reservoir's lifespan. By considering these long-term
financial factors, Consultant will provide a clear comparison of alternatives, ensuring the City
selects a financially sustainable and operationally efficient solution.
Deliverables: Cost Analysis including Capital and Operations Costs of Shortlisted Options.
Task 5— Presentation of Evaluation Results and Selection
Consultant will prepare an in -person presentation for the City of Redlands Municipal Utilities and
Engineering Department (MUED) staff, summarizing findings and recommendations from the
previous tasks. This presentation shall include all necessary figures, photographs, tables, and
information to clearly and concisely present the findings and recommendations for City staff to
select a preferred construction alternative to be developed through the Final Engineering phase of
the Project.
Deliverables: Meeting Agenda, Presentation (PowerPoint), and Meeting Minutes.
13
I:lcmo\AgreementslBrady_and Associates PSA FY25-0044.docx-jm
PHASE 2- FINAL ENGINEERING
Once the Phase 1- Alternatives Evaluation is completed and design recommendations are agreed
upon with the City, the design team will proceed with Final Engineering services for the new Sunset
Reservoir site and associated upgrades. These final engineering services will include surveying,
potholing, geotechnical analysis, permitting, utility coordination, and construction document
development, as described in the following Tasks.
Task 6—Site Survey and Basemap Preparation
Consultant has teamed up with TKE Engineering to prepare an accurate site survey and base map for
the project extents. TKE's expertise in survey compliments Consultant's familiarity with the Sunset
project site.
The survey and basemap scope includes the proposed reservoir site, access road, Helen Court, and
portions of Helen Drive and East Sunset Drive. TKE will thoroughly research existing utility records
and acquire copies of all available records. TKE will notify Underground Service Alert to acquire a
complete list of underground utility purveyors. The utility drawings will include existing drawings from
the City, and drawings and/or atlas maps from all private utility companies, and/or agencies. TKE will
confer and coordinate with the following agencies as well as any additional agencies listed in the
Underground Service Alert. TKE will send first utility notice letters to all listed utility companies and
agencies requesting their data and will maintain copies of the letters and correspondence far future
reference. A complete copy of all correspondence with all utility companies will also be provided to
the Cityfor their records.
Deliverables: Record Data and utility Information
Task 6.1—Design Surveying
TKE wit[ conduct a conventional design survey of the project area due to the level of detail needed
for precise grading design. Their field survey crews will collect appropriate detail as required to
prepare a topographic map for the entire site to establish property boundaries and easements
adjoining the reservoir site.
Deliverables: Ground Topography, utilities and Data in ASCII Format with Description Codes
14
I:%cino\Agrcements\Brady_and Associates PSA FY25-0044_docz rn XWJ�A r
Task 6.2 - Topographic Map/Survey Control Plan
TKE will prepare a topographic map for the entire site to establish property boundaries and
easements adjoining the reservoir site. The topographic map shall be prepared in AutoCAD format
at 1"=40'scale and shall include 1-foot contours. The survey control plan will be provided to the City
in hard copy (mylar) and digital (AUtoCAD and PDF) formats.
Deliverables: Topographic Mapping
TasI< 7 - GeotechnicaI Investigation
Group Delta will finalize the locations of subsurface explorations once the siting and elevations of
the final reservoirs' pad is determined from the Alternatives Evaluation in Phase 1. Group Delta
proposes to have a drilling subcontractor advance hollow stem auger borings along the top of the
proposed reservoirs' pad and at accessible locations alongthe tops of existing slopes nearthe edges
of this pad. We also propose to have an excavation subcontractor advance shallow test pits within
the existing slopes below the pad. The purpose of the subsurface exploration is to collect data to
support final slope stability analyses, to develop grading needs for fill slopes, and to provide
geotechnical parameters and recommendations for the design of retainingwalls and foundations.
Group Delta will interpret the subsurface exploration data and conduct analyses to prepare a
geotechnical investigation report that will summarize geologic and seismic hazards at the site,
provide design recommendations, and discuss constructability considerations.
Deliverables: Comprehensive Geotechnical Investigation Report
Task 8- Final Engineering
Consultant will conduct the final engineering design for the preferred alternative, ensuring the
seamless integration of all project components necessary to bring the reservoirs into service. This
will include the site civil improvements, structural design of the reservoirs, associated piping and
appurtenances, control structures, electrical, instrumentation, site security, architectural finishes,
along with necessary booster pump station, pressure reducing stations, and pipelines. The final
architectural design will be developed in close collaboration with MUED staff to ensure aesthetic
compatibility with the surrounding environment. Additionally, Consultant will incorporate remote
monitoring and control capabilities for the reservoirs, enabling full integration with the City's
Supervisory Control and Data Acquisition (SCADA) system for efficient system management and
integration.
To support the overall access and functionality of the project, Consultant will engineer site
improvements, including grading, drainage, fencing, and access roadways for each site. Special
attention will be given to stormwater detention and water quality Best Management Practices (BMPs)
to ensure compliance with environmental regulations, as required. Consultant will also develop
erosion control plans, detailing minimum standards that contractors must implement to protect the
site from degradation. Consultant will detail necessary Stormwater Pollution Prevention Plan
(SWPPP) requirements to be prepared and implemented by the Contractor to ensure that the
project's erosion control measures align with industry best practices and regulatory requirements.
15
1:\cniolAgreements\Brady_and Associates PSA FY25-0044.doex jm
Consultant will coordinate closely with Southern California Edison (SCE) to design the necessary
power utilities for the reservoirs, booster pump station, and control systems, as required.
Additionally, Consultant will collaborate with other utility providers, including gas, power,
communications, storm drain, sewer, and water, to identify and address potential conflicts between
existing infrastructure and the proposed improvements. While utility owners will be responsible for
designing and executing any necessary relocations, Consultant will ensure that all required
adjustments are incorporated into the final engineering plans to facilitate a smooth construction
process.
By delivering a comprehensive, structurally sound, and fully integrated engineering design,
Consultant will ensure that the reservoirs and associated infrastructure are efficient, resilient, and
seamlessly connected to the City's existing water distribution and utility networks.
Deliverables: 30% Design Drawings, Specs TOC, ROM Estimate, In -person Workshop
60% Design Drawings, Specs, and Estimate, In -person Workshop
90% Design Drawings, Calculation, Specs, Estimate, In -person Workshop
Task 9 —Construction Documents
Consultant will develop suitable -for -construction engineering drawings for the new Sunset
Reservoirs and their associated improvements, ensuring comprehensive and constructable design
package that meets the City's requirements.
Deliverables: Suitable for Construction Drawings and Specifications.
In
Llcmo%AgreementslBrady _and Associates PSA FY25-0044_docx jm
EXHIBIT "B"
Project Schedule
Task Name
Start
Finish
Sunset Reservoir Replacement
Wed 4/16125
Fri 1/1/27
Notice to Proceed
Kick-off Meeting
Task 1 - Project Management
Project Management
Task 2 - Resource Documents and Data Review
Wed 4/16/25
Tue 4/22/25_
Wed 5/14/25
Wed 5/14/25
Wed 4/16/25
Tue 11/17/26
Tue 11/17/26
Wed 7123/25
Wed 6/25/25
Wed 4/16/25
Thu 5/15/25
Thu 5/15/25
Request Available Record Documents
Review Available Record Documents
Thu 6/26/25
Thu 7/17/25
Thu 7/24/25
Thu 7/24/25
Wed 7/16/25
Wed 7/23/25
Thu 1/15/26
Wed 11/26/25
Conduct Interviews with City Staff
PHASE 1- ALTERNATIVES EVALUATION
Task 3 - Evaluation of Reservoir Alternatives
ReservoirTy_pe_Evaluation T
Hydraulics Evaluation
Thu 10/16/25
Wed 10/29/25
Thu 7/24/25
Wed 11/26/25
Wed 11/26/25
Wed 11/26/25
_
Water Quality Evaluation
Thu 10/16/25
Foundations Evaluation
Thu 10/30/25
Regulatory Constraints Evaluation
Thu 7/24/25
Wed 9/24/25
Power Availability Evaluation
IThu 7/24/25
Wed 9/3/25
Task 4 - Evaluation of Costs
Thu 11/27/25
Wed 12/17/25
Costs Evaluation _
Thu 11/27/25
Wed 12/17/25
Task 5 - Presentation of Evaluation Results and Selection
Thu 12/18/25
Thu 1/15/26
Prepare Evaluation Results and Selection Presentation
Thu 12/18/25
Wed 1/14/26
Evaluation Results and Selection Presentation
_
Thu 1/15/26
Thu 1/15/26
PHASE 2 - FINAL ENGINEERING _
T Task 6 - Site Survey and Basemap Preparation
Fri 1/16/26
Fri 1/1/27
Fri 1/16/26
Thu 4/9/26
Existing Utility Data Request
Fri 1/16/26
Thu 2/26/26
_
Utility Locating (811)
Fri 2/27/26
Thu 3/12/26
Site Survey _
Fri 3/13/26
Thu 4/9/26
Utility Potholing 4
Fri 3/27/26
Thu 4/9/26
Submit AutoCAD Basemap
Thu 4/9/26
Thu 4/9/26
_
Task 7 - Geotechnical Investigation
Fri 1/16/26
Thu 4/9/26
Perform Geotechnical Borings
Fri 1/16/26
Thu 2/5/26
Perform Laboratory Analyses
Fri 1/16/26
Thu 2/5/26
Perform Slope -Stability Study
117h 2/6/26
Thu 2/26/26
Prepare Geotechnical Report
Fri 2/27/26
Thu 4/9/26
Submit Geotechnical Report
Thu 4/9/26
Thu 4/9/26
Task 8/9 - Final Engineering & Construction Documents
Fri 4/10/26
Fri 1/1/27
30% Design
Fri 4/10/26
Fri 7/24/26
30% Design Development
Fri 4/10/26
Thu 7/2/26
17
Llcmo\AgreementslBrady_and Associates PSA FY25-0044.doex jm
_ 30% Design Submittal
Thu 7/2/26
Thu 7/2/26
City Review 30% Design
Fri 7/3/26
Thu 7/23/26
30% Design Review Meeting
Fri 7/24/26
Fri 7/24/26
_
90% Design
Mon 7/27/26
Mon 11/9/26
90% Design Development
Mon 7/27/26
Fri 10/16/26
90% Design Submittal
Fri 10/16/26
Fri 10/16/26
_
City Review 90% Design
Mon 10/19/26
Fri 11/6/26
90% Design Review Meeting
Mon 11/9/26
Mon 11/9/26
Final Design
Tue 11/10/26
Fri 1/1/27
Final Design Development
Tue 11/10/26
Mon 12/7/26
Final Design Submittal
Mon 12/7/26
Mon 12/7/26
City Review Final Design
Tue 12/8/26
Wed 12/16/26
Final Design Review Meeting
IThu 12/17/26
Fri 12/18/26
IThu 12/17/26
IThu 12/31/26
Finalize Design
Submit Final Design
IThu 12/31/26
IThu 12/31/26
18
BumolAgreementsWrady and Associates PSA FY25-0044.docx-jm
EXHIBIT "C"
Fee Proposal
Task1- Project Managemnetllnitiation
$ 4,240
$ 8,362
$ 9,620
$ 1,400
$ 9%462
$ 24,761
Task 2- Resource Documents and Data Review
$ 4,400
$ A718
$ 4.620
PHASE 1-ALTERNATIVES EVALUATION
-Task
3-Evaluation of ReservairAlternatives
W
Reservoir Types
$ 11,952
$ _
Hydraulics
$ 32,560
$ 47,177
$ 34,188
Water Quat€ty
$ 23,588
$ _
Foundations
$ 19,25U
$ %560
$ 20,213
Regulatory Constraints _
Powe€Availability
PipelinoAfter naUvesx -
Task 4- Evaluation of Costs
Tasks -Presentation of Evaluation Resutts and Selection
PHASE 2- FINAL ENGINEERING
$ 14,816
$
$ 11,128
$
-.-
$-i2,670
$ 13252
$ 13,304
$ 75,250
$ 2,460
$ 34,606
$ 2,583
$ 2,960
$ 19,636
$ 3,129
Taske- Site Survey and Basemap Preparation
_
$ 41,760
$ 10,869
$ 43,848
Task7- Geotechnical Investigation
$ 13,904
$ 79,413
$ -
$
1 $ 1,206,930
Task819-Final EngineeringlConstructionDocuments
_
30%Design
$�5,000
$ 46,113
$ 23,643
$ 7,550
$ 240,092
$ 61,597
90%Design _
$ 3,500
$ 1,350
$ 186,761
$ 28,501
Final Design
$ 13,063
$ 5,320
$ 124,354
$ 15,155
Rid set _
DESIGN SUBTOTAL
$ 1,350
$ 52.143
$ 7,004
Design Subtotal
_
TotatHours
Totat rate x hours
R0mhursables(2%of Labor)
_$ 42,180
$ 15,150
$ 949,017
$ 9rt9,017
$ 18,980
$ 337,313
_
Grand Total
_
$ 1,305,910
_
$ 143,704
$ 160,792
19
1AcmolAgrcementslgrady_and Associates PSA FY25-0044.docx jm , , 1
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
140/ 1 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 & ASSOCIATES, INC.
By: Date:
Karl Kuebitz, VicUresident
20
L\cmolAgreementslBrady and Associates PSA FY25-0044,doex jm