Loading...
HomeMy WebLinkAbout04587 - RW BECK WWTP APRAISAL CERTRAK*S CONTRACT and INSURANCE ADMINISTRATION Ell X File Eclit- -Generate letters Transactions Reports Maintenance Quit All Gen. Letters Transactions Reports Maintenance Help Exit Pro gra f tin C' F -- CONTRACT INFORMATION Ww 4q, FIND Contr: contract mFAZ87 Active: f IV ........... Description: Appraisal Services -Wastewater Treatment Facilities 'j U 7� Datetill i 11 fOlM03 -_Closed F1 1_Tl_J Expire. Date. f f Approval Date: _M024F Contractor Name: R.W. Beck, Inc. Cross Ref PROCUREMENT L I Sallutatiow. Furance Department Address: Fol Fourth Avenue, Suite 2500 _E St.- VVA' Zip: 98154-1004 Ph: CW. -r Fax: 1( 7, E-M- ail: Service: In File Ti i-r Insurance Status: Letter_EXPIRED printed October 27, 2003. Mfiq t6kiract Progress Items F i ---------- i4 1 Item code Item uCompleted 1-02 CM signed, $59,626 1 11-5-02 Distribution made to Procurement if if f f t P i k —4 4 .0 1-44; 1 + Add New Contr Delete Contract] 61OSe-Find A- P Forward r-o - Delete the display contract --insurance - T Z'iz *Add New Prog. =1 A I= g Notes Ad Back X 4 J M F;;] _6CL, 0Ap., emic- Do... 3:47 PIVI R.W. Beck Inc WWTP Appraisal Svcs AGREEMENT #4587 CM signed 11-01-02 CITY OF PALM SPRINGS - — - - --- — — _- CONTRACT SERVICES AGREEMENT FOR APPRAISAL SERVICES - WASTEWATER TREATMENT FACILITIES THIS CONTRACT SERVICES AGREEMENT(herein"Agreement") is made and entered into this -L4/--day of 1UP @�'tG,�1 /1, 2 ,by and between the CITY OF PALM SPRINGS, a municipal corporation (herein "City") and R.W. BECK, INC. (herein "Contractor"). NOW, THEREFORE, the parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Contractor shall perform the work or services set forth in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by reference. Contractor warrants that all work and services set forth in the Scope of Services will be performed in a competent,professional and satisfactory manner. 1.2 Compliance With Law. All work and services rendered hereunder shall be provided in accordance with all applicable ordinances,resolutions,statutes,rules,and regulations of the City and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses,Permits,Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses,permits and approvals as may be required by law for the performance of the services required by this Agreement. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Contractor shall be compensated in accordance with the"Schedule of Compensation" attached hereto as Exhibit "B" and incorporated herein by this reference, but not exceeding the maximum contract amount of Fifty Nine Thousand Six Hundred Twenty Five Dollars($59,625.00)("Contract Sum"). 2.2 Method of Payment. Provided that Contractor is not in default under the terms of this Agreement, Contractor shall be paid as described in Exhibit`B". 3.0 COORDINATION OF WORK 3.1 Representative of Contractor. Nancy Heller Hughes, ASA is hereby designated as being the principal and representative of Contractor authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith. ^ntl Jl',Hy W.�ee r'd.nt6LL'.eed6oM� 3.2 Contract Officer.Executive Director-Airports is hereby designated as being the representative the City authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith ("Contract Officer"). The City Manager of City shall have the right to designate another Contract Officer by providing written notice to Contractor. 3.3 Prohibition Against Subcontracting or Assignment. Contractor shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law,without the prior written approval of City. Any such prohibited assignment or transfer shall be void. 3.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner,mode or means by which Contractor,its agents or employees,perform the services required herein, except as otherwise set forth. Contractor shall perform all services required herein as an independent contractor of City and shall remain under only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.0 INSURANCE, INDEMNIFICATION AND BONDS 4.1 Insurance. The Contractor shall procure and maintain,at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Commercial General Liability Insurance. A policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of a least $1,000,000 bodily injury and property damage including coverages for contractual liability,personal injury,independent contractors,broad form property damage,products and completed operations.The Commercial General Liability Policy shall name the City of Palm Springs as an additional insured in accordance with standard ISO additional insured endorsement form CG2010(1185) or equivalent language. The Commercial General Liability Insurance shall name the City, its officers, employees and agents as additional insured. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in an amount which fully complies with the statutory requirements of the State of California and which includes $1,000,000 employer's liability. (c) Business Automobile Insurance. A policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of$1,000,000 bodily injury and property damage, Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance. Additional limits and coverages, which may include professional liability insurance, will be specified in Exhibit A. All of the above policies of insurance shall be primary insurance. (Reference Section-5.4 4.4 regarding sufficiency.) The insurer shall waive all rights of subrogation and contribution it may have against the City,its officers,employees and agents,and their respective insurers. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance, endorsements or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance, endorsements, or binders are approved by the City. The contractor agrees that the provisions of this Section 4.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or person for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 3.3 of this Agreement the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same polices of insurance that the Contractor is required to maintain pursuant to this Section. 4.2 Indemnification. Contractor agrees to indemnify the City,its officers,agents and employees against, and will hold and save them and each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities,(herein"claims or liabilities")that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work,operations or activities of Contractor,its agents,employees,subcontractors,or invitees,provided for herein,or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement., whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City. 4.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide,The Key Rating Guide or in the Federal Register,unless such requirements are waived by the City Manager or designee of the City ("City Manager") due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee;provided that the Contractor shall have the right to appeal City Short Std Svcs Agr Revised 09/19/01 a detennination of increased coverage by the City Manager to the City Council of City within ten (10) days of receipt of notice from the City Manager. 4.5 Limitation of Liability. Contractor, including its officers, agents and employees, shall not be liable to City for any loss or damage to City in connection with the services provided by Contractor hereunder insofar as such loss or damage is the direct result of Contractor's reliance on inaccurate or incomplete City-provided documents relevant to the services provided by Contractor hereunder where City represents such documents to be accurate and complete. 5.0 TERM 5.1 Term. Unless earlier terminated in accordance with Section 5.2 below,this Agreement shall continue in full force until December 31, 2002. See Exhibit "C" for detailed schedule. 5.2 Termination Prior to Expiration of Term. Either party may terminate this Agreement at any time,with or without cause,upon thirty(30)days'written notice to the other party. Upon receipt of the notice of termination, the Contractor shall inunediately cease all work or services hereunder except as may be specifically approved by the Contract Officer. In the event of termination by the City, Contractor shall be entitled to compensation for all services rendered prior to the effectiveness of the notice of termination and for such additional services specifically authorized by the Contract Officer and City shall be entitled to reimbursement for any compensation paid in excess of the services rendered. 6.0 MISCELLANEOUS 6.1 Covenant Against Discrimination. Contractor covenants that, by and for itself,its heirs,executors,assigns and all persons claiming under or through them,that there shall be no discrimination against or segregation of,any person or group of persons on account of race,color, creed,religion,sex,marital status,national origin,or ancestry in the performance of thus Agreement. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race,color,creed,religion,sex,marital status, national origin or ancestry. 6.2 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 6.3 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation,partnership or association in which he is,directly or indirectly, City Short Std Svcs Agr Revised 09/19/01 interested, in violation of any State statute or regulation. The Contractor has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. City Short Std Svcs Agr Revised 09/19/01 6.4 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other parry or any other person shall be in writing and either served personally or sent by prepaid,first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. 6.5 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 6.6 Integration; Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties,and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 6.7 Severability. In the event that part of this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction,such invalidity or unenforceability shall not affect any of the remaining portions of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 6.8 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 6.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement,the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees, whether or not the matter proceeds to judgment. 6.10 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(I)such party is duly organized and existing, (ii)they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii)by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. EXHIBIT "A" IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed on the L day of AJO1),e14q 6L � 2002 . "City' ' CITY OF PALM SPRINGS, CALIFORNIA Attest : City Clerk City Manager APPROVED AS TO FORM: City AtSo ey "Contractor' ' R.W. BECK, INC. By: L 6d 4, �� Name : L /✓L5 ,/� . V W 6�,1 4 vv Title: 1 CA /� Qsi ��, Agreement over/Undfr$25,000 Reviewed and approved by By: Procurement & Contracting Name : /14, CL./4-fe+e Initials Date CZ, P.O. Number Title: (Corporations require two notarized signatures:one from each of the following:A.Chainnan of Board,President,or any Vice President; and B. Secretary,Assistant Secretary, Treasurer,Assistant Treasurer, or Chief Financial Officer) / ;r—,Vv"C®BY Tic;Ga l'w��iZArva" �� ��� ter✓ °71 y EXHIBIT "A" STATE OF WASHINGTON) ) SS. COUNTY OF KING.......... ) On this 11th day of October, 2002, personally appeared Charles H. Williams and Elaine M. Clark, to me known to be Vice President and Treasurer, respectively of R. W. BECK, INC., a Washington corporation, the entity that executed the within and foregoing instrument, and acknowledged the instrument to be the free and voluntary act and deed for the uses and purposes therein mention. IN WITNESS WHEREOF, I have set my hand and affixed my official seal the day and year first above stated. -may L I N DA L. R 0 S S —�No ary Public in and for the State of STATE OF WASH!NG70N Washington, residing at Edmonds NOTARY----- PUBLIC 1 My appointment expires: 4/5/06 NY COMMISSION EXPIRES 4-05-CG� EXHIBIT A SCOPE OF SERVICES Project Understanding The City of Palm Springs(the City)and the Desert Water Agency(DWA) are currently involved in negotiations regarding the possible sale of the City wastewater system to the Desert Water Agency (DWA). The City wastewater system includes the collection system, a wastewater treatment plant, and the effluent disposal system, including the property wherein the wastewater treatment plant is located of approximately 80 acres (minus approximately 28 acres of property owned by the Palm Springs International Airport),and easement rights and similar interests in the collection and effluent disposal system(collectively"wastewater system"). US Filter operates the wastewater system under contract with the City. DWA provides water utility service to customers in the City. DWA has expressed interest in the past in acquiring the City wastewater system but there has not been agreement between the parties as to a reasonable purchase price for the system. The City seeks to have an independent appraisal performed to provide a range of acquisition values and an opinion of fair market value of the wastewater system. Approach Task 1 -Project Initiation and Data Collection: At the beginning of the assignment, Contractor will meet with the City and DWA to discuss the overall project understanding and approach, finalize schedules and work plans, and establish protocols for communication between Contractor and the City. In addition,Contractor will collect the necessary data to perform the appraisal. A preliminary data request identifying the data needed to perform the appraisal is provided at the last page of this Exhibit"A" Absent such data, Contractor will base its appraisal on the best information available. Task 2-System Inventory: Contractor will develop an inventory of the existing wastewater facilities using City-furnished data such as maps, inventory records,reports and other available information. To the extent certain inventory data (e.g., vintage year) cannot be extracted from maps and other data, Contractor will perform an inventory of the system at a level necessary to fill in gaps in the data. Contractor work plan and cost proposal does not contemplate conducting extensive inventory work. If required, the sample inventory will be conducted concurrent with the field observations conducted for the condition assessment discussed below. Task 3 - Condition Assessment: Contractor will perform a condition assessment of the wastewater facilities based on general field observations of the subject property. The review will be limited to an appropriate sample of the subject property that is necessary to reach a supportable conclusion about the overall condition. This will involve the largest segments of property that are expected to have the most significant influence on value. Contractor will observe at least 30 percent of the total EXHIBIT "A" property being valued. The field review will be performed in conjunction with the kick-off meeting. Contractor's review of the wastewater facilities will be limited to review of documents available to it or the City and a visual and external observation for the purpose of assisting in forming an opinion as to whether the property has been maintained,preserved and kept in good repair,working order and condition. The review will not be of such depth as would be necessary to reveal all conditions with respect to safety or to conformance with agreements,codes,permits,rules or regulations with respect to the design, construction, operation, maintenance and safety of the property. If Contractor discovers conditions during the field review that warrant further investigation, Contractor will bring these to the attention of the City and seek approval if extra work is to be undertaken. Based on the findings from the field observations, an opinion of the overall construction quality, maintenance adequacy,and estimate percent of service life remaining of the wastewater system will be provided. Contractor will also provide an assessment of needed replacements and capital requirements based on review of City master plarming documents to be provided by City and the field review. Task 4 -Estimate Value under the Cost Approach: Contractor will develop the following indicators of value using methods employed in the Cost Approach. • Contractor will determine the Original Cost Less Depreciation(OCLD)value of the wastewater system based on plant accotmting data provided by the City. Contractor will estimate the Replacement Cost Less Depreciation (RCLD) value based on the trended original cost approach (using the Handy-Whitman Index of Construction Costs). The vintage year data used in the trended original cost calculation will be derived from the inventory compilation discussed previously. • Contractor will also perform an independent engineering cost estimate of the Replacement Cost New for the wastewater system as of the valuation date. In calculating the Replacement Cost New, Contractor will utilize the property unit inventory developed under Task 2 and unit cost data obtained from vendor bid data. An allowance for owner's financing and overhead costs will also be included in the Replacement Cost New calculation. • Using the results of the condition assessment and considering other information, Contractor will make a determination of the amount of percent physical depreciation present in the wastewater facilities. In addition, Contractor will assess the extent to which any functional or economic obsolescence is present in the subject properties. • Contractor will then determine an independent estimate of the RCLD value of the wastewater system by deducting the estimated depreciation discussed above from the estimated Replacement Cost New. Contractor will also determine the estimated EXHIBIT "A" OCLD value using a reverse-index trending(using the Handy-Whitman Index)based on the average age (vintage year) of the property. • Contractor will estimate the value of the approximately 80 acres of land on which the wastewater treatment plant is located based on the results of a recent appraisal performed by another contractor for the City of the approximately 28 acres of land owned by the Palm Springs International Airport. (The 28-acre parcel of land owned by the Airport is part of the total 80-acre parcel of land on which the wastewater treatment plant is located). To the extent data is available from the City regarding the value of easement rights owned by the wastewater system, Contractor will review this data and incorporate the data,if appropriate,into its appraisal report. Sources of information regarding the value of land and easement rights will be documented in Contractor's appraisal report. City and Contractor acknowledge that Contractor is not a real property appraiser and will not be responsible for performing its own independent analyses to estimate the market value of land,easements or other rights of way. Task 5 - Estimate Value under the Income Approach: The development of the value for the wastewater system under the Income Approach will be based on a Discounted Cash Flow (DCF) analysis. This method requires the development of a projection of revenues, expenses, capital additions and resulting free cash flow over the estimated remaining life of the facilities in place. The DCF Analysis will be performed under two distinct buyer scenarios: one assuming purchase by a taxable entity(e.g.,investor-owned rrtility)and the other assuming purchase by a non-taxable entity (e.g.,a municipal utility). In estimating value under the Income Approach, Contractor will perform the following tasks: • Prepare a projection of customers and sales over the study period. • Prepare a projection of the revenue that would be expected from the provision of wastewater collection services, including wastewater treatment and disposal. • Prepare a projection of operating expenses (i.e., operation and maintenance, customer-related, administrative and general and taxes) over the study period. • Prepare a projection of any special costs and/or revenues associated with the operation of the system over the study period. • Taking into account certain financing, income tax if applicable and other assumptions, prepare an estimate of the project net cash flow over the study period. • Determine the estimated value of the property by discounting the projected net cash flows as of the valuation date, based on an assumed discount rate. EXHIBIT "A" Task 6 - Estimate Value under the Market Approach: Contractor will review recent sales of comparable properties, to the extent data is available, to develop a value-range estimate for the wastewater system as of the specified valuation date. The range estimate will be developed on a dollar/customer basis and/or the ratio of sales price to net book value (i.e., original cost less depreciation). The sales ultimately used to develop the range estimate will reflect those transactions that involve properties similar to the wastewater system in terms of such things as type of property sold, condition, and other factors. The comparable sales analysis will be used primarily as a benchmark range to validate the overall values developed under the other tasks. Task 7 - Opinion of Fair Market Value: Taking into consideration all of the indicators of value determined in the preceding tasks,Contractor will develop an opinion as to the fair market value of the wastewater system as of the valuation date. Contractor's estimate of value will be based on"fair Market Value in Continued Use," which is generally defined in the appraisal industry as: "the estimated amount, expressed in terms of money, that may reasonably be expected for a property in an exchange between a willing buyer and a willing seller, with equity to both,neither relevant facts,including installation,as of a specific date and assuming the business earnings support the value reported." To the extent applicable,Contractor's opinion will take into account the impact on the value of State and Federal regulation, laws and statues, as applicable. Task 8 -Analysis of Current and Future Rates: Contractor will perform an analysis of current and future rates for customer service based on the capital needs and operating costs identified in previous tasks. The analysis will incorporate current and future financing needs and debt service costs. The analysis will also examine the effect of different ownership and purchase price assumptions on customer rates. Contractor will develop a projected cash flow model to use in estimating and comparing future customer rates under various cost and ownership options. Task 9-Report: Contractor will prepare an appraisal report documenting the basis for its opinion of the fair market value of the wastewater system as of the valuation date, considering the various approaches described above and describing which approach represents the best estimate of its value and the reasons therefor. The Appraisal Report will be certified and prepared in accordance with the Uniform Standards of Professional Practice. Contractor will submit a written draft report (four copies) to the City for review and comment. Following receipt of comments from the City,the final report will be prepared. Seven spiral bound copies of the final report will be delivered to the City. EXHIBIT "A" A description of Contractor's preliminary data request identifying the data needed to perform the appraisal services under this Agreement is provided at the following page. EXHIBIT "A" City of Palm Springs Wastewater System Appraisal Initial Data Request 1. Current map of wastewater collection system owned or operated by the City showing location and size of pipe, valves, manholes, lift stations, and wastewater treatment plant. 2. Current map of effluent disposal system owned or operated by the City showing location and size of wastewater treatment plant, pipe, valves, pump stations, and effluent disposal fields. 3. Equipment data sheets showing the manufacturer and model number,design criteria,and size of pumps in the wastewater collection and effluent disposal systems owned or operated by the City. 4. Plans for the wastewater treatment plant with process schematic. 5. Provide equipment data (design criteria, manufacturer, model, date of installation, shop drawings) for major system components of the wastewater treatment plant. 6. Provide the certified,rated capacity of the wastewater treatment plant and daily flow data for the years 1999, 2000 and 2001. 7. Current number of sewer connections served by the City wastewater system, by customer class. 8. Current number of recycled water users and their usage. 9. Current rate schedule showing rates and charges for wastewater utility service provided by the City. 10. Current rate schedule showing rates and charges for recycled water users. it. Information regarding connection fees assessed by the City (past and present). 12. Annual financial statements for the wastewater system showing a detailed breakdown of revenues and expenses (income statement), and assets and liabilities (balance sheet) for the years 1999, 2000 and 2001. 13. Detailed breakdown of plant investment and depreciation reserve as of December 31,2001, by type of plant asset or account. 14. Schedule of current annual depreciation accrual rates. Provide copy of most recently performed depreciation study, if available. 15. Annual flow and production data for the wastewater system and treatment plant for the years 1999, 2000 and 2001. 16. Copy of approved 2002 operating budget for the City wastewater system. 17. Copy of most recently approved capital improvement plan for the City wastewater system. 18. Copy of operating agreement with US Filter for operation of the wastewater treatment plant and any other wastewater system assets. EXHIBIT "A" 19. Any information available regarding the inventory(quantity,type,material-especially pipe material, and size) and age of the facilities in the City wastewater and recycled water systems, e.g., inventory databases, computerized mapping data. 20. Current wastewater master plan. 21. Current recycled water master plan. 22. Copy of recent appraisal performed for the City regarding the estimated fair market value of 28-acres of land,on which part of the wastewater treatment plant is located,that is owned by the Palm Springs International Airport. 23. Any information available regarding the value of easement rights and similar interests in the collection and effluent disposal system. EXHIBIT "A" EXHIBIT B Contractor to perform work as outlined in Exhibit"A for a Lump Sum cost of$59,625, inclusive of all costs, fees and reimbursables, which is further broken into sub tasks and costs as follows: Task Work Cost Task I Project Initiation& Data Collection $ 4,359 Task 2 System Inventory $ 6,384 Task 3 Condition Assessment $ 4,957 Task 4 Estimate Value - Cost Approach $12,238 Task 5 Estimate Value - Income Approach $ 6,997 Task 6 Estimate Value - Market Approach $ 3,820 Task 7 Opinion of Fair Market Value $ 1,161 Task 8 Analysis of Current& Future Rates $ 6,997 Task 9 Final Report(4 draft/7 final) $ 2,712 Total Cost J59 225 Contractor to be paid monthly based on the percentage of work completed under each sub task. Payment shall be made within 30 days after Contractor's submission to the City of a detailed invoice describing the specific services completed and the itemized charges for each such service. Extra work may be performed by Contractor only after written approval of City of said extra work. Extra work shall be billed at the following hourly rates: Hourly Billing Rate Table N. Hughes $177 J. Christopher $164 A. Griffith $101 J. Ruud $ 83 M. Savovic $115 Senior Staff $150—$200 Staff $ 65 —$150 EXHIBIT `B" EXHIBIT C TIME LINE The time line for completion of the Scope of Work described in Exhibit"A" shall be twelve weeks from Notice to Proceed as more specifically depicted below: Project Schedule Task Completion No. Description Date 1. Project Initiation and Data Collection Weeks 1-2 2. 1 System Inventory Weeks 2-3 3. Field Review and Condition Assessment Week 2 4. Estimate Value Under the Cost Approach Weeks 4-7 5. Estimate Value Under the Income Approach Weeks 4-7 6. Estimate Value Under the Market Approach Weeks 4-7 7. Formulate Opinion of Fair Market Value Week 8 8. Analysis of Current and Future Rates Weeks 7-9 9. Complete Appraisal Report Draft Report Week 10 Final Report Week 12 Note: the above schedule is based on timely receipt of data from City and others. EXHIBIT "C" ,acaR—D. CERTIFICATE OF LIABILITY INSURANC�,,BOPID E DATE(MMIDD/YY) EC-1 10/15/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Sullivan & Curtis HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 601 Union Street, Suite #3310 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle WA 98101 Phona2: 206-892-9200 Fax:206-892-9201 INSURERS AFFORDING COVERAGE INSURED INSURER A: Greenwich Insurance Company INSURER B: Hartford Fire Insurance Co. R.W. Beck, Inc. INSURERC: X L Specialty Insurance Co. Patty Corbin Fourth Avenue Suite 2500 INSURER O: Seat Seattle WA 98154-1604 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. jNTR TYPE OF INSURANCE POLICY NUMBER DATE MMIODm E POLICY EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1000000 A X COMMERCIAL GENERAL LIABILITY GEC 000348602 07/01/02 07/01/03 FIRE DAMAGE(Any one Fire) I $ 300000 CLAIMS MADE OCCUR MED EXP(Any one person) S 10000 PERSONAL&ADV INJURY $ 1000000 GENERAL AGGREGATE S 1000000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGE $ 1000000 POLICY PREO LOG CT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT B X ANVAUTO 52UUNUR2934 07/01/02 07/01/03 (Ea accident) $ 1000000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Peraccident) S PROPERTY DAMAGE $ (Peraccldenl) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGG S EXCESS LIABILITY EACH OCCURRENCE $ _I OCCUR CLAIMS MADE AGGREGATE S S DEDUCTIBLE $ RETENTION $ S WORKERS COMPENSATION AND X TO RV LIMITS ER C, EMPLOYERS'LIABILITY WEC 000348802 07/01/02 07/01/03 EL EACH ACCIDENT $ 1000000 EL DISEASE-EA EMPLOYEE $ 1000000 E.L.DISEASE.POLICY LIMIT $ 1000000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Project: Wastewater System Appraisal (Seattle) . City of Palm Springs, its officers, employees and agents are Primary Additional Insured for General Liability as respects the referenced project. CERTIFICATE HOLDER Y I ADDITIONAL INSURED;INSURER LETTER:_ CANCELLATION PA.LMSPG SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL _3_0 DAYS WRITTEN City of Palm Springs NOTICE TO THE CERTIFICATE HOLDER NAMED TO TH E LEFT,BUT FAILURE TO DO SO SHALL Allen F. Smoot IMPOSE NO OBLIGATION OR LIABILITY OF ANY KI NO UPON THE INSURER,ITS AG ENTS OR P.O. Box 2743 Palm Springs CA 92263-2743 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ./ John Haskell ACORD 25-S(7197) ©ACOR COR RATION 111111 PRIMARY ADDITIONAL INSURED Forming a part of Policy No. GECO03486-02 Issued to R.W. Beck, Inc. ENDORSEMENT This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part Name of Person or Organization Project#/Location -- City of Palm Springs Wastewater System Appraisal P.O. Box 2743 Palm Springs, CA 92263 WHO IS AN INSURED (Section II) is amended to include as an Insured the person or organization shown in the schedule, but only with respect to liability arising our of"your work" for the Insured by or for you. The insurance provided by this endorsement is primary insurance. Any other insurance available to the Additional Insured shown in the schedule is excess and noncontributory with this insurance. This endorsement shall not increase the limits stated in the Limit of Insurance section. However, in the event that the limits of liability stated in the policy exceed the limits of liability required in the written contract, the insurance provided by this endorsement shall be limited to the limits of liability required by written contract. U 10/15/02