HomeMy WebLinkAboutItem 08d - Water Master Plan Update
STAFF REPORT
PUBLIC WORKS SERVICES DEPARTMENT
DATE: November 4, 2025
TO: Honorable Mayor and City Council
FROM: Paul Cranmer, Public Works Services Director
By: Tiffany Lee, Interim Principal Civil Engineer
SUBJECT: PROFESSIONAL SERVICES AGREEMENT WITH STETSON ENGINEERS, INC.
FOR THE 2025 WATER MASTER PLAN UPDATE IN THE AMOUNT OF
$254,600
CEQA: Not a Project
Recommendation: Approve
SUMMARY
The Fiscal Year 2025-26 Capital Improvement Plan (“CIP”) provides for an update of
the City’s existing Water Master Plan. The Water Master Plan was originally
completed in 1995 and was last updated in 2016. The City of Arcadia has experienced
an increase in development and economic activity over the last decade, as well as
operational changes for several water wells due to water quality concerns, raising
the need for an updated Water Master Plan. An update to the Water Master Plan will
address future growth and demand on the City’s water system for the next ten years.
To ensure the City is receiving the highest quality of service and most competitive
pricing for the 2025 Water Master Plan Update, the Arcadia Public Works Services
Department (“PWSD”) solicited a Request for Proposals (“RFP”).
Based on the evaluated proposals, it is recommended that the City Council approve,
authorize, and direct the City Manager to execute a Professional Services Agreement
with Stetson Engineers, Inc. for the 2025 Water Master Plan Update in the amount of
$254,600, with a 10% contingency.
Water Master Plan Update
November 4, 2025
Page 2 of 4
BACKGROUND
The PWSD operates the City’s water distribution system and provides water service
to more than 56,000 residents. The Water Master Plan is a vital planning tool that
closely evaluates the current state of the City’s water supplies, infrastructure, and
ability to meet current and future water demands. The Water Master Plan includes
an assessment of the condition of the water distribution system and closely
evaluates pipelines, wells, reservoirs, and pumping facilities, and examines water
system maintenance and operations. The Water Master Plan also prioritizes system
improvements and develops a 10-year capital improvement plan aimed at improving
the condition, performance, and reliability of the City’s water system.
The City’s Water Master Plan was completed in 1995 and updated in 2001, 2008, and
2016. The 2025 Water Master Plan Update will identify new strategies for maintaining
adequate water supplies and service levels for Arcadia residents and businesses. The
update will project future water demand, develop planning and analysis criteria,
provide guidance on operational issues, and identify improvements to the water
system, which will then be programmed as part of Arcadia’s CIP.
DISCUSSION
On August 25, 2025, a Notice Inviting Proposals for the 2025 Water Master Plan
Update was published in accordance with City Council Resolution No. 7483, and RFP
packages were provided to firms who provide these services. On September 16,
2025, the City Clerk received three proposals. Each proposal was evaluated and
ranked based on experience, qualifications, quality of service approach, and cost.
The evaluation and ranking results of each company’s proposal are listed below:
Rank Company Name Score Cost
1 Stetson Engineers, Inc. 96% $ 254,600 *
2 Civiltec Engineering, Inc. 86% $ 178,225
3 Akel Engineering Group, Inc. 78% $ 384,309
* Stetson’s original proposed fee was $274,800. City staff negotiated with Stetson
and reduced the cost to $254,600, with no change to the scope of services.
After careful review and consideration, it was determined that Stetson Engineers, Inc.
(“Stetson”) is the most qualified firm to complete the Water Master Plan Update.
Water Master Plan Update
November 4, 2025
Page 3 of 4
Stetson is a well-established, local firm that has extensive experience in the Main San
Gabriel Basin and in the preparation of water master plans for local municipalities
and water agencies, such as the Cities of Buena Park, Cerritos, Glendora, Lakewood,
Lynwood, Norwalk, and the San Gabriel Valley Water Company. In addition to serving
as the consulting engineer for both the Main San Gabriel Basin Watermaster and
Raymond Basin Management Board, Stetson has unique knowledge of Arcadia’s
source of water supply, water rights, water production, water quality, and
distribution system infrastructure. Stetson has assisted the City of Arcadia with past
projects, such as preparing the 2010, 2015, and 2020 Urban Water Management Plan
Updates, Water Supply Assessments, Blend Plans for several water supply sources,
the Operation, Maintenance and Monitoring Plan for the City of Arcadia Live Oak
Treatment Plant, and the Municipal Water Supply Joint Well Siting Study for both
Arcadia and Sierra Madre. Stetson is also working on the design of Goldring Well and
PFAS Treatment Project.
Although Civiltec Engineering, Inc. (“Civiltec”) submitted the lowest fee proposal, their
proposal did not demonstrate a detailed work plan showing their ability to best serve
the needs of the City. Additionally, Civiltec’s proposal indicated the use of
subconsultants for completion of the Water Master Plan Update, which can delay and
inhibit completing the full scope of work and lead to change orders. The City
previously worked with Civiltec and experienced issues in these areas, which reduced
their overall ranking despite the lower cost proposal.
Stetson submitted a proposal with a more thorough understanding of the work plan
and will utilize in-house staff to complete the preparation of the Water Master Plan.
Furthermore, Stetson specializes in all aspects of water resources engineering,
including preparation of water system master plans, water facility design and
construction management, groundwater basin management, water quality
evaluation, water distribution system hydraulic modeling, and financial planning
analysis. Stetson’s original proposal fee was $274,800. Having determined that
Stetson is the most qualified to complete the Water Master Plan Update, City staff
negotiated with the firm to reduce the cost while ensuring the full scope of services
will still be met.
Water Master Plan Update
November 4, 2025
Page 4 of 4
ENVIRONMENTAL ANALYSIS
The proposed action does not constitute a project under the California
Environmental Quality Act (“CEQA”), as it can be seen with certainty that it will have
no impact on the environment.
FISCAL IMPACT
Funds in the amount of $350,000 have been budgeted in the Fiscal Year 2025-26 CIP
for the 2025 Water Master Plan Update. The total cost for the Water Master Plan
Update is $254,600. A 10% contingency would bring the total cost to $280,060, which
is still within the project’s budget.
RECOMMENDATION
It is recommended that the City Council determine that this action does not
constitute a project under the California Environmental Quality Act (“CEQA”); and
approve, authorize, and direct the City Manager to execute a Professional Services
Agreement with Stetson Engineers, Inc. for the 2025 Water Master Plan Update in the
amount of $254,600, with a 10% contingency.
Attachment: Proposed Professional Services Agreement
1
24347.00006\30493020.2
CITY OF ARCADIA
PROFESSIONAL SERVICES AGREEMENT
CITY OF ARCADIA WATER MASTER PLAN UPDATE
This Agreement is made and entered into as of ____________________, 20____ by and between
the City of Arcadia, a municipal corporation organized and operating under the laws of the State of
California with its principal place of business at 240 West Huntington Drive, Arcadia, California
91007 (“City”), and Stetson Engineers, Inc., a California Corporation, with its principal place of
business at 861 Village Oaks Drive, Suite 100, Covina, CA 91724 (hereinafter referred to as
“Consultant”). City and Consultant are sometimes individually referred to as “Party” and
collectively as “Parties” in this Agreement.
RECITALS
A. City is a public agency of the State of California and is in need of professional services
for the following project:
City of Arcadia Water Master Plan Update (hereinafter referred to as “the Project”).
B. Consultant is duly licensed and has the necessary qualifications to provide such
services.
C. The Parties desire by this Agreement to establish the terms for City to retain
Consultant to provide the services described herein.
AGREEMENT
NOW, THEREFORE, IT IS AGREED AS FOLLOWS:
1. Services.
Consultant shall provide the City with the services described in the Scope of Services
attached hereto as Exhibit “A.”
2. Compensation.
a. Subject to paragraph 2(b) below, the City shall pay for such services in
accordance with the Schedule of Charges set forth in Exhibit “B.”
b. In no event shall the total amount paid for services rendered by Consultant
under this Agreement exceed the sum of TWO HUNDRED FIFTY-FOUR THOUSAND, SIX HUNDRED
DOLLARS AND NO CENTS ($254,600.00). This amount is to cover all printing and related costs, and
the City will not pay any additional fees for printing expenses. Periodic payments shall be made
within 30 days of receipt of an invoice which includes a detailed description of the work performed.
Payments to Consultant for work performed will be made on a monthly billing basis.
2
24347.00006\30493020.2
3. Additional Work.
If changes in the work seem merited by Consultant or the City, and informal consultations
with the other party indicate that a change is warranted, it shall be processed in the following
manner: a letter outlining the changes shall be forwarded to the City by Consultant with a statement
of estimated changes in fee or time schedule. An amendment to this Agreement shall be prepared
by the City and executed by both Parties before performance of such services, or the City will not be
required to pay for the changes in the scope of work. Such amendment shall not render ineffective
or invalidate unaffected portions of this Agreement.
4. Maintenance of Records.
Books, documents, papers, accounting records, and other evidence pertaining to costs
incurred shall be maintained by Consultant and made available at all reasonable times during the
contract period and for four (4) years from the date of final payment under the contract for inspection
by City.
5. Term.
The term of this Agreement shall be for one year from the date of execution, unless earlier
terminated as provided herein. The Parties may, by mutual, written consent, extend the term of this
Agreement if necessary to complete the Project. Consultant shall perform its services in a prompt
and timely manner within the term of this Agreement and shall commence performance upon receipt
of written notice from the City to proceed (“Notice to Proceed”). The Notice to Proceed shall set
forth the date of commencement of work.
6. Delays in Performance.
a. Neither City nor Consultant shall be considered in default of this Agreement for
delays in performance caused by circumstances beyond the reasonable control of the non-
performing party. For purposes of this Agreement, such circumstances include but are not limited
to, abnormal weather conditions; floods; earthquakes; fire; epidemics; war; riots and other civil
disturbances; strikes, lockouts, work slowdowns, and other labor disturbances; sabotage or judicial
restraint.
b. Should such circumstances occur, the non-performing party shall, within a
reasonable time of being prevented from performing, give written notice to the other party describing
the circumstances preventing continued performance and the efforts being made to resume
performance of this Agreement.
7. Compliance with Law.
a. Consultant shall comply with all applicable laws, ordinances, codes and regulations
of the federal, state and local government, including Cal/OSHA requirements.
b. If required, Consultant shall assist the City, as requested, in obtaining and
maintaining all permits required of Consultant by federal, state and local regulatory agencies.
3
24347.00006\30493020.2
c. If applicable, Consultant is responsible for all costs of clean up and/ or removal of
hazardous and toxic substances spilled as a result of his or her services or operations performed
under this Agreement.
8. Standard of Care
Consultant’s services will be performed in accordance with generally accepted professional
practices and principles and in a manner consistent with the level of care and skill ordinarily
exercised by members of the profession currently practicing under similar conditions.
9. Assignment and Subconsultant
Consultant shall not assign, sublet, or transfer this Agreement or any rights under or interest
in this Agreement without the written consent of the City, which may be withheld for any reason. Any
attempt to so assign or so transfer without such consent shall be void and without legal effect and
shall constitute grounds for termination. Subcontracts, if any, shall contain a provision making them
subject to all provisions stipulated in this Agreement. Nothing contained herein shall prevent
Consultant from employing independent associates, and subconsultants as Consultant may deem
appropriate to assist in the performance of services hereunder.
10. Independent Contractor
Consultant is retained as an independent contractor and is not an employee of City. No
employee or agent of Consultant shall become an employee of City. The work to be performed shall
be in accordance with the work described in this Agreement, subject to such directions and
amendments from City as herein provided.
11. Insurance. Consultant shall not commence work for the City until it has provided
evidence satisfactory to the City it has secured all insurance required under this section. In addition,
Consultant shall not allow any subcontractor to commence work on any subcontract until it has
secured all insurance required under this section.
a. Commercial General Liability
(i) The Consultant shall take out and maintain, during the performance
of all work under this Agreement, in amounts not less than specified herein, Commercial General
Liability Insurance, in a form and with insurance companies acceptable to the City.
(ii) Coverage for Commercial General Liability insurance shall be at least
as broad as the following:
(1) Insurance Services Office Commercial General Liability
coverage (Occurrence Form CG 00 01) or exact equivalent.
(iii) Commercial General Liability Insurance must include coverage for
the following:
(1) Bodily Injury and Property Damage
(2) Personal Injury/Advertising Injury
4
24347.00006\30493020.2
(3) Premises/Operations Liability
(4) Products/Completed Operations Liability
(5) Aggregate Limits that Apply per Project
(6) Explosion, Collapse and Underground (UCX) exclusion
deleted
(7) Contractual Liability with respect to this Agreement
(8) Property Damage
(9) Independent Consultants Coverage
(iv) The policy shall contain no endorsements or provisions limiting
coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by one insured
against another; (3) products/completed operations liability; or (4) contain any other exclusion
contrary to the Agreement.
(v) The policy shall give City, its officials, officers, employees, agents
and City designated volunteers additional insured status using ISO endorsement forms CG 20 10 10
01 and 20 37 10 01, or endorsements providing the exact same coverage.
(vi) The general liability program may utilize either deductibles or
provide coverage excess of a self-insured retention, subject to written approval by the City, and
provided that such deductibles shall not apply to the City as an additional insured.
b. Automobile Liability
(i) At all times during the performance of the work under this
Agreement, the Consultant shall maintain Automobile Liability Insurance for bodily injury and
property damage including coverage for owned, non-owned and hired vehicles, in a form and with
insurance companies acceptable to the City.
(ii) Coverage for automobile liability insurance shall be at least as
broad as Insurance Services Office Form Number CA 00 01 covering automobile liability (Coverage
Symbol 1, any auto).
(iii) The policy shall give City, its officials, officers, employees, agents and
City designated volunteers additional insured status.
(iv) Subject to written approval by the City, the automobile liability
program may utilize deductibles, provided that such deductibles shall not apply to the City as an
additional insured, but not a self-insured retention.
c. Workers’ Compensation/Employer’s Liability
(i) Consultant certifies that he/she is aware of the provisions of Section
3700 of the California 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 he/she will comply with such provisions before commencing work under this Agreement.
(ii) To the extent Consultant has employees at any time during the term
of this Agreement, at all times during the performance of the work under this Agreement, the
5
24347.00006\30493020.2
Consultant shall maintain full compensation insurance for all persons employed directly by him/her
to carry out the work contemplated under this Agreement, all in accordance with the “Workers’
Compensation and Insurance Act,” Division IV of the Labor Code of the State of California and any
acts amendatory thereof, and Employer’s Liability Coverage in amounts indicated herein.
Consultant shall require all subconsultants to obtain and maintain, for the period required by this
Agreement, workers’ compensation coverage of the same type and limits as specified in this section.
d. Professional Liability (Errors and Omissions)
At all times during the performance of the work under this Agreement the Consultant shall
maintain professional liability or Errors and Omissions insurance appropriate to its profession, in a
form and with insurance companies acceptable to the City and in an amount indicated herein. This
insurance shall be endorsed to include contractual liability applicable to this Agreement and shall
be written on a policy form coverage specifically designed to protect against acts, errors or
omissions of the Consultant. “Covered Professional Services” as designated in the policy must
specifically include work performed under this Agreement. The policy must “pay on behalf of” the
insured and must include a provision establishing the insurer's duty to defend.
e. Minimum Policy Limits Required
(i) The following insurance limits are required for the Agreement:
Combined Single Limit
Commercial General Liability $1,000,000 per occurrence/$2,000,000 aggregate for
bodily injury, personal injury, and property damage
Automobile Liability $1,000,000 per occurrence for bodily injury and
property damage
Employer’s Liability $1,000,000 per occurrence
Professional Liability $1,000,000 per claim and aggregate (errors and
omissions)
(ii) Defense costs shall be payable in addition to the limits.
(iii) Requirements of specific coverage or limits contained in this
section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any
coverage normally provided by any insurance. Any available coverage shall be provided to the
parties required to be named as Additional Insured pursuant to this Agreement.
f. Evidence Required
Prior to execution of the Agreement, the Consultant shall file with the City evidence
of insurance from an insurer or insurers certifying to the coverage of all insurance required herein.
Such evidence shall include original copies of the ISO CG 00 01 (or insurer’s equivalent) signed by
the insurer’s representative and Certificate of Insurance (Acord Form 25-S or equivalent), together
with required endorsements. All evidence of insurance shall be signed by a properly authorized
6
24347.00006\30493020.2
officer, agent, or qualified representative of the insurer and shall certify the names of the insured,
any additional insureds, where appropriate, the type and amount of the insurance, the location and
operations to which the insurance applies, and the expiration date of such insurance.
g. Policy Provisions Required
(i) Consultant shall provide the City at least thirty (30) days prior written
notice of cancellation of any policy required by this Agreement, except that the Consultant shall
provide at least ten (10) days prior written notice of cancellation of any such policy due to non-
payment of premium. If any of the required coverage is cancelled or expires during the term of this
Agreement, the Consultant shall deliver renewal certificate(s) including the General Liability
Additional Insured Endorsement to the City at least ten (10) days prior to the effective date of
cancellation or expiration.
(ii) The Commercial General Liability Policy and Automobile Policy shall
each contain a provision stating that Consultant’s policy is primary insurance and that any
insurance, self-insurance or other coverage maintained by the City or any named insureds shall not
be called upon to contribute to any loss.
(iii) The retroactive date (if any) of each policy is to be no later than the
effective date of this Agreement. Consultant shall maintain such coverage continuously for a
period of at least three years after the completion of the work under this Agreement. Consultant
shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced past
the effective date of this Agreement; B) if the policy is cancelled or not renewed; or C) if the policy
is replaced by another claims-made policy with a retroactive date subsequent to the effective date
of this Agreement.
(iv) All required insurance coverages, except for the professional liability
coverage, shall contain or be endorsed to waiver of subrogation in favor of the City, its officials,
officers, employees, agents, and volunteers or shall specifically allow Consultant or others
providing insurance evidence in compliance with these specifications to waive their right of
recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall
require similar written express waivers and insurance clauses from each of its subconsultants.
(v) The limits set forth herein shall apply separately to each insured
against whom claims are made or suits are brought, except with respect to the limits of liability.
Further the limits set forth herein shall not be construed to relieve the Consultant from liability in
excess of such coverage, nor shall it limit the Consultant’s indemnification obligations to the City
and shall not preclude the City from taking such other actions available to the City under other
provisions of the Agreement or law.
h. Qualifying Insurers
(i) All policies required shall be issued by acceptable insurance
companies, as determined by the City, which satisfy the following minimum requirements:
(1) Each such policy shall be from a company or companies with
a current A.M. Best's rating of no less than A:VII and admitted to transact in the business
of insurance in the State of California, or otherwise allowed to place insurance through
7
24347.00006\30493020.2
surplus line brokers under applicable provisions of the California Insurance Code or any
federal law.
i. Additional Insurance Provisions
(i) The foregoing requirements as to the types and limits of insurance
coverage to be maintained by Consultant, and any approval of said insurance by the City, is not
intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise
assumed by the Consultant pursuant to this Agreement, including but not limited to, the provisions
concerning indemnification.
(ii) If at any time during the life of the Agreement, any policy of insurance
required under this Agreement does not comply with these specifications or is canceled and not
replaced, City has the right but not the duty to obtain the insurance it deems necessary and any
premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts
sufficient to pay premium from Consultant payments. In the alternative, City may cancel this
Agreement.
(iii) The City may require the Consultant to provide complete copies of all
insurance policies in effect for the duration of the Project.
(iv) Neither the City nor any of its officials, officers, employees, agents or
volunteers shall be personally responsible for any liability arising under or by virtue of this
Agreement.
j. Subconsultant Insurance Requirements. Consultant shall not allow any
subcontractors or subconsultants to commence work on any subcontract until they have provided
evidence satisfactory to the City that they have secured all insurance required under this section.
Policies of commercial general liability insurance provided by such subcontractors or
subconsultants shall be endorsed to name the City as an additional insured using ISO form CG 20
38 04 13 or an endorsement providing the exact same coverage. If requested by Consultant, City
may approve different scopes or minimum limits of insurance for particular subcontractors or
subconsultants.
12. Indemnification.
a. To the fullest extent permitted by law, Consultant shall defend (with counsel
of City’s choosing), indemnify and hold the City, its officials, officers, employees, volunteers, and
agents free and harmless from any and all claims, demands, causes of action, costs, expenses,
liability, loss, damage or injury of any kind, in law or equity, to property or persons, including wrongful
death, in any manner arising out of, pertaining to, or incident to any acts, errors or omissions, or
willful misconduct of Consultant, its officials, officers, employees, subcontractors, consultants or
agents in connection with the performance of the Consultant’s services, the Project or this
Agreement, including without limitation the payment of all damages, expert witness fees and
attorney’s fees and other related costs and expenses. Consultant's obligation to indemnify shall not
be restricted to insurance proceeds, if any, received by Consultant, the City, its officials, officers,
employees, agents, or volunteers.
8
24347.00006\30493020.2
b. To the extent required by Civil Code section 2782.8, which is fully
incorporated herein, Consultant’s obligations under the above indemnity shall be limited to claims
that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the
Consultant, but shall not otherwise be reduced. If Consultant’s obligations to defend, indemnify,
and/or hold harmless arise out of Consultant’s performance of “design professional services” (as
that term is defined under Civil Code section 2782.8), then upon Consultant obtaining a final
adjudication that liability under a claim is caused by the comparative active negligence or willful
misconduct of the City, Consultant’s obligations shall be reduced in proportion to the established
comparative liability of the City and shall not exceed the Consultant’s proportionate percentage of
fault.
13. California Labor Code Requirements.
a. Consultant is aware of the requirements of California Labor Code Sections
1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates and the
performance of other requirements on certain “public works” and “maintenance” projects
(“Prevailing Wage Laws”). If the services are being performed as part of an applicable “public works”
or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is
$15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition,
installation, or repair, Consultant agrees to fully comply with such Prevailing Wage Laws. Consultant
shall defend, indemnify and hold the City, its officials, officers, employees and agents free and
harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged
failure to comply with the Prevailing Wage Laws. It shall be mandatory upon the Consultant and all
subconsultants to comply with all California Labor Code provisions, which include but are not
limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775), employment of apprentices
(Labor Code Section 1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours
of labor (Labor Code Sections 1813 and 1815) and debarment of contractors and subcontractors
(Labor Code Section 1777.1).
b. If the services are being performed as part of an applicable “public works” or
“maintenance” project and if the total compensation is $15,000 or more for maintenance or $25,000
or more for construction, alteration, demolition, installation, or repair, then pursuant to Labor Code
Sections 1725.5 and 1771.1, the Consultant and all subconsultants performing such services must
be registered with the Department of Industrial Relations. Consultant shall maintain registration for
the duration of the Project and require the same of any subconsultants, as applicable. This Project
may also be subject to compliance monitoring and enforcement by the Department of Industrial
Relations. It shall be Consultant’s sole responsibility to comply with all applicable registration and
labor compliance requirements.
c. This Agreement may also be subject to compliance monitoring and
enforcement by the Department of Industrial Relations. It shall be Consultant’s sole responsibility
to comply with all applicable registration and labor compliance requirements. Any stop orders
issued by the Department of Industrial Relations against Consultant or any subcontractor that affect
Consultant’s performance of services, including any delay, shall be Consultant’s sole responsibility.
Any delay arising out of or resulting from such stop orders shall be considered Consultant caused
delay and shall not be compensable by the City. Consultant shall defend, indemnify and hold the
City, its officials, officers, employees and agents free and harmless from any claim or liability arising
out of stop orders issued by the Department of Industrial Relations against Consultant or any
subcontractor.
9
24347.00006\30493020.2
14. Verification of Employment Eligibility.
By executing this Agreement, Consultant verifies that it fully complies with all requirements
and restrictions of state and federal law respecting the employment of undocumented aliens,
including, but not limited to, the Immigration Reform and Control Act of 1986, as may be amended
from time to time, and shall require all subconsultants and sub-subconsultants to comply with the
same.
15. City Material Requirements.
Consultant is hereby made aware of the City’s requirements regarding materials, as set forth
in Request for Proposal, which are deemed to be a part of this Agreement.
16. Laws and Venue.
This Agreement shall be interpreted in accordance with the laws of the State of California. If
any action is brought to interpret or enforce any term of this Agreement, the action shall be brought
in a state or federal court situated in the County of Los Angeles, State of California.
17. Termination or Abandonment
a. City has the right to terminate or abandon any portion or all of the work under
this Agreement by giving ten (10) calendar days written notice to Consultant. In such event, City shall
be immediately given title and possession to all original field notes, drawings and specifications,
written reports and other documents produced or developed for that portion of the work completed
and/or being abandoned. City shall pay Consultant the reasonable value of services rendered for
any portion of the work completed prior to termination. If said termination occurs prior to
completion of any task for the Project for which a payment request has not been received, the charge
for services performed during such task shall be the reasonable value of such services, based on an
amount mutually agreed to by City and Consultant of the portion of such task completed but not paid
prior to said termination. City shall not be liable for any costs other than the charges or portions
thereof which are specified herein. Consultant shall not be entitled to payment for unperformed
services, and shall not be entitled to damages or compensation for termination of work.
b. Consultant may terminate its obligation to provide further services under this
Agreement upon thirty (30) calendar days’ written notice to City only in the event of substantial failure
by City to perform in accordance with the terms of this Agreement through no fault of Consultant.
18 Documents. Except as otherwise provided in “Termination or Abandonment,” above,
all original field notes, written reports, Drawings and Specifications and other documents, produced
or developed for the Project shall, upon payment in full for the services described in this Agreement,
be furnished to and become the property of the City.
19. Organization
Consultant shall assign Stephen B. Johnson, P.E. as Project Manager. The Project Manager
shall not be removed from the Project or reassigned without the prior written consent of the City.
10
24347.00006\30493020.2
20. Limitation of Agreement.
This Agreement is limited to and includes only the work included in the Project described
above.
21. Notice
Any notice or instrument required to be given or delivered by this Agreement may be given or
delivered by depositing the same in any United States Post Office, certified mail, return receipt
requested, postage prepaid, addressed to:
CITY:
City of Arcadia
240 West Huntington Drive
Arcadia, CA 91066
Attn: Tiffany Lee
Interim Principal Civil Engineer
CONSULTANT:
Stetson Engineers, Inc.
861 Village Oaks Drive, Suite 100
Covina, CA 91724
Attn: Stephen B. John, P.E.
President
and shall be effective upon receipt thereof.
22. Third Party Rights
Nothing in this Agreement shall be construed to give any rights or benefits to anyone other
than the City and the Consultant.
23. Equal Opportunity Employment.
Consultant represents that it is an equal opportunity employer and that it shall not
discriminate against any employee or applicant for employment because of race, religion, color,
national origin, ancestry, sex, age or other interests protected by the State or Federal Constitutions.
Such non-discrimination shall include, but not be limited to, all activities related to initial
employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or
termination.
24. Entire Agreement
This Agreement, with its exhibits, represents the entire understanding of City and Consultant
as to those matters contained herein, and supersedes and cancels any prior or contemporaneous
oral or written understanding, promises or representations with respect to those matters covered
hereunder. Each party acknowledges that no representations, inducements, promises or
agreements have been made by any person which are not incorporated herein, and that any other
agreements shall be void. This Agreement may not be modified or altered except in writing signed by
both Parties hereto. This is an integrated Agreement.
25. Severability
The unenforceability, invalidity or illegality of any provision(s) of this Agreement shall not
render the provisions unenforceable, invalid or illegal.
11
24347.00006\30493020.2
26. Successors and Assigns
This Agreement shall be binding upon and shall inure to the benefit of the successors in
interest, executors, administrators and assigns of each party to this Agreement. However,
Consultant shall not assign or transfer by operation of law or otherwise any or all of its rights,
burdens, duties or obligations without the prior written consent of City. Any attempted assignment
without such consent shall be invalid and void.
27. Non-Waiver
None of the provisions of this Agreement shall be considered waived by either party, unless
such waiver is specifically specified in writing.
28. Time of Essence
Time is of the essence for each and every provision of this Agreement.
29. City’s Right to Employ Other Consultants
City reserves its right to employ other consultants, including engineers, in connection with
this Project or other projects.
30. Prohibited Interests
Consultant maintains and warrants that it has not employed nor retained any company or
person, other than a bona fide employee working solely for Consultant, to solicit or secure this
Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company
or person, other than a bona fide employee working solely for Consultant, any fee, commission,
percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award
or making of this Agreement. For breach or violation of this warranty, City shall have the right to
rescind this Agreement without liability. For the term of this Agreement, no director, official, officer
or employee of City, during the term of his or her service with City, shall have any direct interest in
this Agreement, or obtain any present or anticipated material benefit arising therefrom.
[SIGNATURES ON FOLLOWING PAGE]
12
24347.00006\30493020.2
SIGNATURE PAGE FOR PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF ARCADIA
AND STETSON ENGINEERS, INC.
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date first written
above.
CITY OF ARCADIA STETSON ENGINEERS, INC.
By: By:
Dominic Lazzaretto
City Manager Title: __ _______
Printed Name:
ATTEST: By:
Title:
By: ___
City Clerk Printed Name:
APPROVED AS TO FORM: CONCUR:
By: ___________________________________
Michael J. Maurer Paul Cranmer
City Attorney Public Works Services Director
13
24347.00006\30493020.2
EXHIBIT “A”
Scope of Services
The Scope of Services for the City of Arcadia Water Master Plan Update shall include, but are not
limited to the following:
Task 1 Research and Assessment
This task includes the review and assessment of the existing Water Master Plan, historical
maintenance and operations records, historical SCADA data, a conceptual understanding
of land use and potential development patterns, and hydraulic modeling information
obtained by running or developing appropriate operational scenarios.
Specific work items are as follows:
1.1 Attend and participate in a kick-off meeting with City staff to review the goals and
consultant deliverables expected in the Water Master Plan Update. At the kick off
meeting, the consultant’s work plan will be defined and a schedule to complete the
goals will be reviewed.
1.2 Review the City’s existing InfoWater Pro hydraulic model to confirm existing
scenarios are sufficient to provide the hydraulic information required, or provide
recommended revisions of model updates and scenario modifications.
1.3 Review SCADA records for operational information pertaining to system use and
actual demand requirements.
1.4 Review billing historical data to confirm water customer use and demand
distribution by Zone.
1.5 Review asset and maintenance information to prioritize pipes, valves, pumps, or
facilities to be included in a maintenance and/or replacement schedule.
1.6 Review existing Water Master Plan (2016 Update) to assess the status of the plan
and viability of remaining projects.
1.7 Review land use and development patterns to forecast future population growth.
Task 2 Hydraulic Analysis
This task includes the updating and running of the Water Model to determine system
deficiencies based on real data obtained through SCADA records.
14
24347.00006\30493020.2
Specific work items are as follows:
2.1 Confirm the accuracy of model scenarios for Average Day, Max Day, and Max Day
Fire, based on historic SCADA data and future use projections. Reporting should be
broken down by zone.
2.2 Identify system deficiencies or concerns based on Model scenario run results.
Task 3 Evaluation of Supply Capabilities
This task includes the research and reporting of those areas which affect the supply of
groundwater to the City’s water system.
Specific work items are as follows:
3.1 Review the City’s 2020 Urban Water Management Plan (UWMP) for projected
available domestic supply capabilities for the next 5-25 years.
3.2 Review the City’s Water Conservation goals and provide recommendations for
ways to implement and quantify conservation efforts in ways that can be easily
presented and understood by upper manage ment, City officials, and the general
public.
3.3 Evaluate the existing water supply and distribution system and key facilities, and
assess the condition of water supply wells, boosters and reservoirs including such
factors as efficiency, reliability, equipment upgrades, operational changes,
replacement schedule, and the addition of new facilities and/or equipment.
3.4 Review existing facility or asset inspection programs (e.g. wells, valves, reservoirs)
and make recommendations for improvement if needed.
3.5 Evaluate/identify deficiencies in the water supply and distribution system.
Task 4 Water Quality Requirements
This task includes identifying the various laws and regulations that apply to the operation of
the City’s water system related to water quality and to assess the City’s process and ability
to meet these requirements. The consultant would also identify new laws that would have a
high probability of going into effect within the next five years which could affect the City’s
ability to meet its obligation to provide high quality water, and offer recommendations for
improvements, either in the physical supply and distribution system or in the policy under
which the system operates.
15
24347.00006\30493020.2
Specific work items are as follows:
4.1 Identify and discuss new legislation or regulations related to water quality which
may require changes in operation, facilities, or policy.
4.2 Provide information regarding the physical, operational, or fiscal impacts resulting
from this legislation.
Task 5 Future System Requirements and Improvements
This task involves the preparation of an organized list of improvements previously identified
and recommended in the preparation of the Water Master Plan Update. The list would be
organized by category (i.e. supply, storage, distribution, etc.) and include applicable units of
measure, total project cost, and a distribution of cost over the next ten (10) years.
Specific work items are as follows:
5.1 Based on information gathered in preceding tasks, prioritize system improvements,
components replacement, and prepare a list of future system projects or
improvements and associated costs necessary to meet system demands for the
next ten (10) years. The list should also include projects from the current Water
Master Plan which were identified to be carried over.
5.2 The list of proposed projects shall be organized under the following subject
headings:
x Production – Wells
x Production – Reservoirs
x Production – Control Systems
x Production – Pressure Regulating Stations
x Distribution – Pump Stations
x Distribution – Pipelines
x Distribution – Valves
x Distribution – Fire Hydrants
x Water Quality – Treatment Plant (Blending / Treatment / Compliance)
x Customer Service - Meters
Task 6 Preparation of the Water Master Plan
This task involves the compilation and preparation of the Water Master Plan update as a
complete report document. All reports shall be prepared in Microsoft Word format or excel.
All findings and new cost-effective recommendations shall be included in the report. An
executive summary describing the project and the methodology of validating the report shall
be included in the Water Master Plan update.
16
24347.00006\30493020.2
The consultant shall provide to the City an electronic file of the final Water Master Plan in a
file format capable of publishing or distributing an entire Plan as a single document (PDF) as
well as individual files for the various Plan sections in their original file format (MS Word, MS
Excel, etc.). The consultant shall also deliver five (5) printed and spiral bound copies to the
City.
17
24347.00006\30493020.2
EXHIBIT “B”
Schedule of Charges/Payments
Consultant will invoice City on a monthly cycle. Consultant will include with each invoice a
detailed progress report that indicates the amount of budget spent on each task. Consultant
will inform City regarding any out-of-scope work being performed by Consultant. This is a
time-and-materials contract.
Compensation shall be based on time and materials spent in accordance with the following tasks,
not to exceed the total compensation listed below:
The schedule of prices is attached as attachment “A” to this Exhibit “B”.
City of Arcadia Water Master Plan Update - $254,600.00
Total Compensation - $254,600.00
The total compensation shall not exceed the total listed without written authorization in
accordance with Section 2 (b) of the agreement.
18
24347.00006\30493020.2
Task De1crfptlon
Prtncll"'l
Stephen
Johnson ($261 /Hr\
Project
Man•rstan
Chen 1"226/Hrl
Leid Engineer
amt Ch,.,Afodelor
Xlaoqlng Zang '""1/Hrl
Pro)fft QA/QC
Jeff Helsley ""'6'Hr1
W.,_r Quality
Suporvtaor
Yuen Yap lll11JH'1
Hydrologist
ondMo-
Guoyuan LI ll2081Hr1
Engl/lHr
Heather Steele
1 1U/Hrl
GISManapr
Noah
Waaunn1n t<13' /Hr!
Admln/"1n111Ve IC171 IH()
Labor Cost
Dlrki Costs
Sublask Total
Taak T0111
CITY OF ARCADIA WATER MASTER PLAN UPOAT!ii Hrs
Hrs
Hrs
Hrs
Hr.,
Hrs
Hrs
Hrs
Hr•
Task 1 - Reaearch and Asselismant S26,900
Projec1 Managemenl 2 $522 20 $4,520 8 $2,088 2 $452 0 so 0 so 0 $0 0 so 0 $0 $7,582 so $7,582
Prolec1 Meetinos 0 $0 16 $3,616 16 $4,176 2 $452 0 $0 2 $410 8 $1,184 4 $544 0 $0 $10,382 $200 $10,582
Data Collection and Review 0 $0 8 $1,808 4 $1,044 2 $452 0 $0 4 $820 24 $3,552 4 $544 4 $484 $8,704 $0 $8,704
Task 2- HvdrŶullc An1lvslo $57 900
Review of Exi!tina Hydraulic Moder 0 $0 4 $904 20 $5,220 0 $0 0 $0 40 $8,200 0 $0 4 $544 0 $0 $14,868 $6,000 S20,868
Conduct H raulic ModelingRuns 0 $0 10 $2,260 38 $9,918 0 $0 D $0 100 $20,500 0 $0 32 $4,352 0 $0 $37,030 $0 $37,030
Tuk 3 -Evaluation of SuDolvC1oabll1tles $95 200
Pre»aration of Plannina Criteria 0 $0 8 $1,808 16 $4,176 0 $0 4 $844 8 $1,640 8 $1,184 0 $0 0 $0 $9,652 $0 $9,652
Water Suotlv and Demand Analvsis D $0 10 $2,260 24 $6,264 0 $0 4 $844 8 $1,640 60 $8,880 0 $0 0 $0 $19,888 $0 $19,888
Caoacif\,Anat¥Sis of Water Sunnlv, Starace, and Booster Facilities 0 $0 10 $2,260 24 $6,264 D $0 0 $0 0 $0 40 $5,920 D $0 0 $0 $14,444 $0 $14,444
Condition Assessment and Risk-Based AnalySis of Underaround Water Mains 0 $0 10 $2,260 56 $14,616 0 $0 0 $0 16 $3 ,280 80 $24 60 $8,160 0 $0 $28,340 $0 $28,340
Condition Assessment of Above--Ground Water Facilities 0 $0 32 $7,232 24 $6,264 D $0 D $0 0 $0 60 $8,880 0 $0 0 $0 $22,376 $500 $22,876
THk 4 - Weter Qualltv RtDUlrem1nts $16200
Water QualitvReauirements and Treatment Needs 0 $0 4 $904 4 $1,044 1 $226 24 $5,064 D $0 60 $8,880 D $0 0 $0 $16,118 $0 $16,118
TŶsk5-Futura S¥1tem Reaulrements and lmarovaments $25.400
Future S"yStemReaulrements and Improvements D $0 10 $2,260 20 $5,220 1 $226 D $0 16 $3,280 60 $8,880 40 $5,440 0 $0 $25,30B $0 $25,306
Task 6 .. renaratlon 01' the Water Master Plan $33,000
Prenaration of the Draft Water Master Plan 2 $522 14 $3,164 32 $8,352 2 $452 2 $422 8 $1,640 36 $5,328 20 $2,720 8 $968 $23,568 $0 $23,588
Preoaration of the Flnal Water Master Plan 1 $261 6 $1,356 12 $3,132 1 $226 1 $211 4 $820 12 $1,776 6 $816 4 $484 $9,082 $300 $9,382
Scope of Work 5 $1,305 162 $36,612 298 $77,778 11 $2,486 35 $7,385 206 $42,230 448 $54,488 170 $23,120 16 $1,936 $247,340 $7,000 $254,600
Attachment “A” to Exhibit “B”
19
24347.00006\30493020.2
1171 E Francisco Blvd., Suite K • San Rafael,California 94901
Phone:(415)457-0701 • Fax:(415)457-1638 • Website:www.stetsonengineers.com
Northe rn Califorf\ia • Southern California • Arizona • Colorado • Oregon
Standard Billing Rate Schedule
Professional Fees
Principal $261.00 Per Hour
Special Project Director $261.00 Per Hour
Project Manager, Senior $226.00 Per Hour
Supervisor I $226.00 Per Hour
Supervising Soil Scientist $211.00 Per Hour
Supervisor II $211.00 Per Hour
Supervisor III $205.00 Per Hour
Senior I $182.00 Per Hour
Senior II $164.00 Per Hour
Senior III $148.00 Per Hour
Construction Manager $148.00 Per Hour
Construction Manager/ Oversight $131.00 Per Hour
Senior Construction Inspector $131.00 Per Hour
Senior Field Geologist $148.00 Per Hour
Senior Associate $142.00 Per Hour
Associate I $136.00 Per Hour
Associate II $128.00 Per Hour
Associate III $121.00 Per Hour
Associate Soil Scientist $121.00 Per Hour
Senior Assistant $113.00 Per Hour
Assistant I $108.00 Per Hour
Assistant II $103.00 Per Hour
Assistant Soil Scientist $103.00 Per Hour
Assistant III $98.00 Per Hour
GIS Manager $136.00 Per Hour
GIS Specialist I $111.00 Per Hour
GIS Specialist II $101.00 Per Hour
Technical Illustrator $98.00 Per Hour
AutoCAD Technician $98.00 Per Hour
Soil Technician $85.00 Per Hour
Aide I $79.00 Per Hour
Aide II $68.00 Per Hour
Aide III $63.00 Per Hour
Project Coordinator I $148.00 Per Hour
Project Coordinator II $108.00 Per Hour
Project Coordinator III $98.00 Per Hour
Contract Management $113.00 Per Hour
Administrative I $79.00 Per Hour
Administrative II $73.00 Per Hour
Administrative III $68.00 Per Hour
Effective January 1, 2025
20
24347.00006\30493020.2
Direct Expense Rates
Expense Description
Mileage
Reproduction: Black & White (In-House)
Reproduction: Color - 8.5" x 11" (In-House)
Reproduction: Color - 11" x 17" (In-House)
Plotter Reproduction (In-House)
Survey Equipment
Billing Rate
$* I Mile
$0.15 / Page
$0.89 I Page
$1.89 / Page
$1.50 I Sq. Ft.
$120.00 I Day
Notes:
1) * Mileage is billed at the current IRS approved mileage rate and may be subject to change.
2) Subcontractor services will be charged at cost plus 10% administration fee.
3) All other project reimbursable expenses (i.e. telephone, commercial transportation, meals, lodging, postage,
outside reproduction, etc.) will be billed at cost.
4) Testimony fees are 150% of standard rates and apply to depositions, court time and time spent on stand-by at
attorney's request. Travel time and preparation time is charged at standard rates. Stetson Engineers Inc.
authorizes only staff at associate classification or higher to testify as expert witnesses.
21
24347.00006\30493020.2
EXHIBIT "C"
Activity Schedule
The term of this Agreement shall be for one (1) year from the date of execution. All tasks under
Exhibit “A” shall be adhered to and executed accordingly.