Loading...
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