HomeMy WebLinkAboutItem No. 16 - Agreement for Contractor Services with Ballard Marine Construction for Installat16)Agreement for Contractor Services with Ballard Marine Construction for Installation
of Electrical Equipment and Barge Anchorage
1.Approve and authorize the City Manager to execute the Contractor Services Agreement
with Ballard Marine Construction in an amount not to exceed $656,590 for installation of
electrical equipment and barge anchorage in such final form as approved by the City
Attorney and authorize the City Manager to execute change orders not exceeding a
10% contingency of $65,659 for uncertainties and adjustments.
2.Waive the formal bidding process per Municipal Code Section 3.08.070(G) for the
contractor services to be performed by Ballard Marine Construction given the highly
specialized work, essential heavy equipment and unique qualifications of the contractor.
Page 1 of 2
REPORT TO CITY COUNCIL
To:Honorable Mayor and Members of the City Council
From:Jason Simpson, City Manager
Prepared by:Jason Simpson, City Manager
Date:January 9, 2024
Subject:Agreement for Contractor Services with Ballard Marine Construction for
Installation of Electrical Equipment and Barge Anchorage
Recommendation
1. Approve and authorize the City Manager to execute the Contractor Services Agreement with
Ballard Marine Construction in an amount not to exceed $656,590 for installation of electrical
equipment and barge anchorage in such final form as approved by the City Attorney and
authorize the City Manager to execute change orders not exceeding a 10% contingency of
$65,659 for uncertainties and adjustments.
2. Waive the formal bidding process per Municipal Code Section 3.08.070(G) for the contractor
services to be performed by Ballard Marine Construction given the highly specialized work,
essential heavy equipment and unique qualifications of the contractor.
Background
As part of our recently adopted lake management plan, the City Council approved the use of
nanobubble treatment for Lake Elsinore. The equipment will be installed in a shipping container
on a floating barge approximately 100 feet off the shoreline.
The system will use an oxygen concentrator to produce oxygen and ozone that will be injected
into the nanobubbles. The barge will be installed on the East side of the lake between Mohr Street
and Davis Street with underwater intake and discharge lines. The nanobubbles will eat up the
muck (organic matter) at the bottom of the lake, which will improve the water quality.
Agreement with Ballard Marine Construction
Page 2 of 2
9
4
3
Discussion
Staff is recommending a Contractor Services Agreement with Ballard Marine Construction for
installation of Electrical Equipment and Barge Anchorage. Due to the special nature of underwater
work and specialized cranes required to install the electrical equipment and anchoring of the
floating barge, staff recommends that the City Council waive the formal bidding process per
Municipal Code Section 3.08.070(G).
Ballard Marine Construction has fifty years of experience in the heavy civil marine construction
industry and is uniquely qualified to perform the installation work of the electrical equipment and
barge anchorage to integrate with the custom nanobubbler system. Ballard maintains a proven
track record of safe, efficient, and innovative marine construction solutions throughout the United
States with offices in southern California. In addition to the unique experience and qualifications
of the crew, Ballard will also provide the specialized heavy equipment necessary to properly
perform the work and will assist the City with engineering of the barge to ensure stability of the
equipment.
Fiscal Impact
Funding costs are included in the Fiscal Year 2023/2024 Measure Z Budget.
Attachments
Attachment 1 - Agreement
Exhibit A - Quote
Attachment 2 - Ballard Marine Construction Agreement Page 1
AGREEMENT FOR CONTRACTOR SERVICES
Ballard Marine Construction
Installation of Electrical Equipment and Barge Anchorage
This Agreement for Contractor Services (the “Agreement”) is made and entered into as of
January 9, 2024, by and between the City of Lake Elsinore, a municipal corporation (‘‘City") and
Ballard Marine Construction, Inc., a Corporation ("Consultant").
RECITALS
A. The City has determined that it requires the following contractor services:
Installation of Electrical Equipment and Barge Anchorage for Lake Water Quality Equipment.
B. Consultant has submitted to City a proposal, dated January 4, 2024, attached
hereto as Exhibit A (“Consultant’s Proposal”) and incorporated herein, to provide contractor
services to City pursuant to the terms of this Agreement.
C. Consultant possesses the skill, experience, ability, background, certification and
knowledge to perform the services described in this Agreement on the terms and conditions
described herein.
D. City desires to retain Consultant to perform the services as provided herein and
Consultant desires to provide such contractor services as set forth in this Agreement.
AGREEMENT
1. Scope of Services. Contractor shall perform the services described in Contractor’s
Proposal (Exhibit A). Contractor shall provide such services at the time, place, and in the manner
specified in Contractor’s Proposal, subject to the direction of the City through its staff that it may
provide from time to time.
2. Time of Performance.
a. Time of Essence. Time is of the essence in the performance of this
Agreement. The time for completion of the professional services to be performed by Contractor
is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently
the professional services contemplated pursuant to this Agreement according to the agreed upon
performance schedule in Contractor’s Proposal (Exhibit A).
b. Performance Schedule. Contractor shall commence the services pursuant
to this Agreement upon receipt of a written notice to proceed and shall perform all services within
the time period(s) established in the Contractor’s Proposal (Exhibit A). When requested by
Contractor, extensions to the time period(s) specified may be approved in writing by the City
Manager.
Page 2
c. Term. The term of this Agreement shall commence upon execution of this
Agreement and shall continue until the services and related work are completed in accordance
with the Consultant’s Proposal (Exhibit A).
3. Compensation. Compensation to be paid to Consultant shall be in accordance
with the fees set forth in Consultants’ Proposal (Exhibit A), which is attached hereto and
incorporated herein by reference. In no event shall Consultant’s compensation exceed Six
Hundred and Fifty-Six Thousand and Five Hundred and Ninety dollars ($656,590) without
additional written authorization from the City. Notwithstanding any provision of Consultant’s
Proposal to the contrary, out of pocket expenses set forth in Exhibit A shall be reimbursed at cost
without an inflator or administrative charge. Payment by City under this Agreement shall not be
deemed a waiver of defects, even if such defects were known to the City at the time of payment.
4. Method of Payment. Consultant shall promptly submit billings to the City
describing the services and related work performed during the preceding month to the extent that
such services and related work were performed. Consultant’s bills shall be segregated by project
task, if applicable, such that the City receives a separate accounting for work done on each
individual task for which Consultant provides services. Consultant’s bills shall include a brief
description of the services performed, the date the services were performed, the number of hours
spent and by whom, and a description of any reimbursable expenditures. City shall pay
Consultant no later than forty-five (45) days after receipt of the monthly invoice by City staff.
5. Background Checks. At any time during the term of this Agreement, the City
reserves the right to make an independent investigation into the background of Consultant’s
personnel who perform work required by this Agreement, including but not limited to their
references, character, address history, past employment, education, social security number
validation, and criminal or police records, for the purpose of confirming that such personnel are
lawfully employed, qualified to provide the subject service or pose a risk to the safety of persons
or property in and around the vicinity of where the services will be rendered or City Hall. If the City
makes a reasonable determination that any of Consultant’s prospective or then current personnel
is deemed objectionable, then the City may notify Consultant of the same. Consultant shall not
use that personnel to perform work required by this Agreement, and if necessary, shall replace
him or her with a suitable worker.
6. Suspension or Termination.
a. The City may at any time, for any reason, with or without cause, suspend
or terminate this Agreement, or any portion hereof, by serving upon the Consultant at least ten
(10) days prior written notice. Upon receipt of such notice, the Consultant shall immediately cease
all work under this Agreement, unless the notice provides otherwise. If the City suspends or
terminates a portion of this Agreement such suspension or termination shall not make void or
invalidate the remainder of this Agreement.
b. In the event this Agreement is terminated pursuant to this Section, the City
shall pay to Consultant the actual value of the work performed up to the time of termination,
provided that the work performed is of value to the City. Upon termination of the Agreement
pursuant to this Section, the Consultant will submit an invoice to the City, pursuant to Section
entitled “Method of Payment” herein.
Page 3
7. Plans, Studies, Documents.
a. Ownership of Documents. All plans, studies, documents and other writings
prepared by and for Consultant, its officers, employees and agents and subcontractors in the
course of implementing this Agreement, except working notepad internal documents, shall
become the property of the City upon payment to Consultant for such work, and the City shall
have the sole right to use such materials in its discretion without further compensation to
Consultant or to any other party. Consultant shall, at Consultant’s expense, provide such reports,
plans, studies, documents and other writings to City upon written request. City shall have sole
determination of the public’s rights to documents under the Public Records Act, and any third-
party requests of Consultant shall be immediately referred to City, without any other actions by
Consultant.
b. Licensing of Intellectual Property. This Agreement creates a nonexclusive
and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights,
designs, and other intellectual property embodied in plans, specifications, studies, drawings,
estimates, and other documents or works of authorship fixed in any tangible medium of
expression, including but not limited to, physical drawings or data magnetically or otherwise
recorded on computer diskettes, which are prepared or caused to be prepared by Consultant
under this Agreement ("Documents & Data"). Consultant shall require that all subcontractors
agree in writing that City is granted a nonexclusive and perpetual license for any Documents &
Data the subcontractor prepares under this Agreement. Consultant represents and warrants that
Consultant has the legal right to license any and all Documents & Data. Consultant makes no
such representation and warranty in regard to Documents & Data which were prepared by design
professionals other than Consultant or provided to Consultant by the City. City shall not be limited
in any way in its use of the Documents & Data at any time, provided that any such use not within
the purposes intended by this Agreement shall be at City’s sole risk.
c. Confidentiality. All ideas, memoranda, specifications, plans, procedures,
drawings, descriptions, computer program data, input record data, written information, and other
Documents & Data either created by or provided to Consultant in connection with the performance
of this Agreement shall be held confidential by Consultant. Such materials shall not, without the
prior written consent of City, be used by Consultant for any purposes other than the performance
of the services under this Agreement. Nor shall such materials be disclosed to any person or
entity not connected with the performance of the services under this Agreement. Nothing
furnished to Consultant which is otherwise known to Consultant or is generally known, or has
become known, to the related industry shall be deemed confidential. Consultant shall not use
City’s name or insignia, photographs relating to project for which Consultant’s services are
rendered, or any publicity pertaining to the Consultant’s services under this Agreement in any
magazine, trade paper, newspaper, television or radio production or other similar medium without
the prior written consent of City.
8. Consultant’s Books and Records.
a. Consultant shall maintain any and all ledgers, books of account, invoices,
vouchers, canceled checks, and other records or documents evidencing or relating to charges for
services, or expenditures and disbursements charged to City for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to Consultant to
this Agreement.
Page 4
b. Consultant shall maintain all documents and records which demonstrate
performance under this Agreement for a minimum period of three (3) years, or for any longer
period required by law, from the date of termination or completion of this Agreement.
c. Any records or documents required to be maintained pursuant to this
Agreement shall be made available for inspection or audit, at any time during regular business
hours, upon written request by the City Manager, City Attorney, City Auditor or a designated
representative of these officers. Copies of such documents shall be provided to the City for
inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually
agreed upon, the records shall be available at Consultant’s address indicated for receipt of notices
in this Agreement.
d. Where City has reason to believe that such records or documents may be
lost or discarded due to dissolution, disbandment or termination of Consultant’s business, City
may, by written request by any of the above-named officers, require that custody of the records
be given to the City and that the records and documents be maintained in City Hall. Access to
such records and documents shall be granted to any party authorized by Consultant, Consultant’s
representatives, or Consultant’s successor-in-interest.
9. Independent Contractor.
a. Consultant is and shall at all times remain as to the City a wholly
independent contractor pursuant to California Labor Code Section 3353. The personnel
performing the services under this Agreement on behalf of Consultant shall at all times be under
Consultant’s exclusive direction and control. Neither City nor any of its officers, employees, or
agents shall have control over the conduct of Consultant or any of Consultant’s officers,
employees, or agents, except as set forth in this Agreement. Consultant shall not at any time or
in any manner represent that it or any of its officers, employees, or agents are in any manner
officers, employees, or agents of the City. Consultant shall not incur or have the power to incur
any debt, obligation, or liability whatsoever against City, or bind City in any manner.
b. Notwithstanding any other federal, state and local laws, codes, ordinances
and regulations to the contrary and except for the fees paid to Consultant as provided in the
Agreement, Consultant and any of its employees, agents, and subcontractors providing service
under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any
claims to, any compensation, benefit, or any incident of employment by City, including but not
limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution
to be paid by City for employer contribution and/or employee contributions for PERS benefits.
10. PERS Eligibility Indemnification. In the event that Consultant or any employee,
agent, or subcontractor of Consultant providing services under this Agreement claims or is
determined by a court of competent jurisdiction or the California Public Employees Retirement
System (PERS) to be eligible for enrollment in PERS as an employee of the City, Consultant shall
indemnify, defend, and hold harmless City for the payment of any employee and/or employer
contributions for PERS benefits on behalf of Consultant or its employees, agents, or
subcontractors, as well as for the payment of any penalties and interest on such contributions,
which would otherwise be the responsibility of City.
11. Interests of Consultant. Consultant (including principals, associates and
professional employees) covenants and represents that it does not now have any investment or
interest in real property and shall not acquire any interest, direct or indirect, in the area covered
Page 5
by this Agreement or any other source of income, interest in real property or investment which
would be affected in any manner or degree by the performance of Consultant’s services
hereunder. 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.
Consultant is not a designated employee within the meaning of the Political Reform Act
because Consultant:
a. will conduct research and arrive at conclusions with respect to his/her
rendition of information, advice, recommendation or counsel independent of the control and
direction of the City or of any City official, other than normal agreement monitoring; and
b. possesses no authority with respect to any City decision beyond rendition
of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).)
12. Professional Ability of Consultant. City has relied upon the professional training
and ability of Consultant to perform the services hereunder as a material inducement to enter into
this Agreement. Consultant shall therefore provide properly skilled professional and technical
personnel to perform all services under this Agreement. All work performed by Consultant under
this Agreement shall be in accordance with applicable legal requirements and shall meet the
standard of quality ordinarily to be expected of competent professionals in Consultant’s field of
expertise.
13. Compliance with Laws.
a. Consultant shall comply with all local, state and federal laws and
regulations applicable to the services required hereunder, including any rule, regulation or bylaw
governing the conduct or performance of Consultant and/or its employees, officers, or board
members.
b. Consultant represents that it has obtained and will maintain at all times
during the term of this Agreement all professional and/or business licenses, certifications and/or
permits necessary for performing the services described in this Agreement, including a City
business license.
14. Licenses. Consultant represents and warrants to City that it has the licenses,
permits, qualifications, insurance and approvals of whatsoever nature which are legally required
of Consultant to practice its profession. Consultant represents and warrants to City that
Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term
of this Agreement, any licenses, permits, insurance and approvals which are legally required of
Consultant to practice its profession. Consultant shall maintain a City of Lake Elsinore business
license.
15. Indemnity. Consultant shall indemnify, defend, and hold harmless the City and its
officials, officers, employees, agents, and volunteers from and against any and all losses, liability,
claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily
injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law
or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts
or omissions of Consultant or its employees, subcontractors, or agents, by acts for which they
could be held strictly liable, or by the quality or character of their work. The foregoing obligation
of Consultant shall not apply when (1) the injury, loss of life, damage to property, or violation of
Page 6
law arises from the sole negligence or willful misconduct of the City or its officers, employees,
agents, or volunteers and (2) the actions of Consultant or its employees, subcontractor, or agents
have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is
understood that the duty of Consultant to indemnify and hold harmless includes the duty to defend
as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance
certificates and endorsements required under this Agreement does not relieve Consultant from
liability under this indemnification and hold harmless clause. This indemnification and hold
harmless clause shall apply to any damages or claims for damages whether or not such insurance
policies shall have been determined to apply. By execution of this Agreement, Consultant
acknowledges and agrees to the provisions of this Section and that it is a material element of
consideration.
16. Insurance Requirements.
a. Insurance. Consultant, at Consultant’s own cost and expense, shall
procure and maintain, for the duration of the contract, unless modified by the City’s Risk Manager,
the following insurance policies.
i. Workers’ Compensation Coverage. Consultant shall maintain
Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her
employees in accordance with the laws of the State of California. In addition, Consultant
shall require each subcontractor to similarly maintain Workers’ Compensation Insurance
and Employer’s Liability Insurance in accordance with the laws of the State of California
for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all
Workers’ Compensation policies must be received by the City at least thirty (30) days prior
to such change. The insurer shall agree to waive all rights of subrogation against City, its
officers, agents, employees and volunteers for losses arising from work performed by
Consultant for City. In the event that Consultant is exempt from Worker’s Compensation
Insurance and Employer’s Liability Insurance for his/her employees in accordance with
the laws of the State of California, Consultant shall submit to the City a Certificate of
Exemption from Workers Compensation Insurance in a form approved by the City
Attorney.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million dollars ($1,000,000) per
occurrence for bodily injury, personal injury and property damage. If a commercial general
liability insurance form or other form with a general aggregate limit is used, either the
general aggregate limit shall apply separately to the work to be performed under this
Agreement or the general aggregate limit shall be at least twice the required occurrence
limit. Required commercial general liability coverage shall be at least as broad as
Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed.
11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering
comprehensive General Liability and Insurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability. No endorsement may be attached
limiting the coverage.
Page 7
iii. Automobile Liability Coverage. Consultant shall maintain
automobile liability insurance covering bodily injury and property damage for all activities
of the Consultant arising out of or in connection with the work to be performed under this
Agreement, including coverage for owned, hired and non-owned vehicles, in an amount
of not less than one million dollars ($1,000,000) combined single limit for each occurrence.
Automobile liability coverage must be at least as broad as Insurance Services Office
Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may
be attached limiting the coverage.
iv. Professional Liability Coverage. Consultant shall maintain
professional errors and omissions liability insurance appropriate for Consultant’s
profession for protection against claims alleging negligent acts, errors or omissions which
may arise from Consultant’s services under this Agreement, whether such services are
provided by the Consultant or by its employees, subcontractors, or sub consultants. The
amount of this insurance shall not be less than one million dollars ($1,000,000) on a
claims-made annual aggregate basis, or a combined single limit per occurrence basis.
b. Endorsements. Each general liability and automobile liability insurance
policy shall be with insurers possessing a Best’s rating of no less than A:VII and shall be endorsed
with the following specific language:
i. Notwithstanding any inconsistent statement in any required
insurance policies or any subsequent endorsements attached thereto, the protection
offered by all policies, except for Workers’ Compensation, shall bear an endorsement
whereby it is provided that, the City and its officers, employees, servants, volunteers and
agents and independent contractors, including without limitation, the City Manager and
City Attorney, are named as additional insureds. Additional insureds shall be entitled to
the full benefit of all insurance policies in the same manner and to the same extent as any
other insureds and there shall be no limitation to the benefits conferred upon them other
than policy limits to coverages.
ii. This policy shall be considered primary insurance as respects the
City, its elected or appointed officers, officials, employees, agents and volunteers.
Any insurance maintained by the City, including any self-insured retention the City may
have, shall be considered excess insurance only and shall not contribute with it.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with respect to the limits of
liability of the insuring company.
iv. The insurer waives all rights of subrogation against the City, its
elected or appointed officers, officials, employees or agents.
v. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its elected or appointed officers, officials,
employees, agents or volunteers.
vi. The insurance provided by this Policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits except after thirty (30) days written
notice has been received by the City.
Page 8
c. Deductibles and Self-Insured Retentions. Any deductibles or self-insured
retentions must be declared to and approved by the City. At the City’s option, Consultant shall
demonstrate financial capability for payment of such deductibles or self-insured retentions.
d. Certificates of Insurance. Consultant shall provide certificates of insurance
with original endorsements to City as evidence of the insurance coverage required herein.
Certificates of such insurance shall be filed with the City on or before commencement of
performance of this Agreement. Current certification of insurance shall be kept on file with the
City at all times during the term of this Agreement.
17. Notices. Any notice required to be given under this Agreement shall be in writing
and either served personally or sent prepaid, first class mail. Any such notice shall be addressed
to the other party at the address set forth below. Notice shall be deemed communicated within
48 hours from the time of mailing if mailed as provided in this section.
If to City: City of Lake Elsinore
Attn: City Manager
130 South Main Street
Lake Elsinore, CA 92530
With a copy to: City of Lake Elsinore
Attn: City Clerk
130 South Main Street
Lake Elsinore, CA 92530
If to Consultant: Ballard Marine Construction
Attn: Chuck Phipps
6200 Angelo Ct.
Loomis, CA 95650
18. Assignment and Subcontracting. The parties recognize that a substantial
inducement to City for entering into this Agreement is the professional reputation, experience and
competence of Consultant and the subcontractors listed in Exhibit B. Consultant shall be fully
responsible to City for all acts or omissions of any subcontractors. Assignments of any or all
rights, duties or obligations of the Consultant under this Agreement will be permitted only with the
express consent of the City. Consultant shall not subcontract any portion of the work to be
performed under this Agreement except as provided in Exhibit B without the written authorization
of the City. If City consents to such subcontract, Consultant shall be fully responsible to City for
all acts or omissions of those subcontractors. Nothing in this Agreement shall create any
contractual relationship between City and any subcontractor nor shall it create any obligation on
the part of the City to pay or to see to the payment of any monies due to any such subcontractor
other than as otherwise is required by law.
19. Waiver. Waiver of a breach or default under this Agreement shall not constitute a
continuing waiver of a subsequent breach of the same or any other provision under this
Agreement.
20. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement
commences any legal action against the other party arising out of this Agreement, the prevailing
party shall be entitled to recover its reasonable litigation expenses, including court costs, expert
witness fees, discovery expenses, and attorneys’ fees.
Page 9
21. Mediation. The parties agree to make a good faith attempt to resolve any disputes
arising out of this Agreement through mediation prior to commencing litigation. The parties shall
mutually agree upon the mediator and share the costs of mediation equally. If the parties are
unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in
interest. JAMS shall provide the parties with the names of five qualified mediators. Each party
shall have the option to strike two of the five mediators selected by JAMS and thereafter the
mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation,
either party may commence litigation.
22. 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 member, 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.
23. Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex
or age. 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. Prevailing Wages. Consultant is aware of the requirements of California Labor
Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8,
Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage
rates and the performance of other requirements on "public works" and "maintenance" projects.
Consultant agrees to fully comply with all applicable federal and state labor laws (including,
without limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties that, in
connection with the Work or Services provided pursuant to this Agreement, Consultant shall bear
all risks of payment or non-payment of prevailing wages under California law, and Consultant
hereby agrees to defend, indemnify, and hold the City, and its officials, officers, employees,
agents, and volunteers, free and harmless from any claim or liability arising out of any failure or
alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity shall survive
termination of this Agreement.
25. Severability. If any term or portion of this Agreement is held to be invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
26. Controlling Law Venue. This Agreement and all matters relating to it shall be
governed by the laws of the State of California and any action brought relating to this Agreement
shall be held exclusively in a state court in the County of Riverside.
27. Authority to Enter Agreement. Consultant has all requisite power and authority to
conduct its business and to execute, deliver, and perform the Agreement. Each party warrants
that the individuals who have signed this Agreement have the legal power, right, and authority to
Page 10
make this Agreement and to bind each respective party. The City Manager is authorized to enter
into an amendment or otherwise take action on behalf of the City to make the following
modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non-
monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement.
28. Counterparts. This Agreement may be executed in several counterparts, each of
which shall constitute one and the same instrument and shall become binding upon the parties
when at least one copy hereof shall have been signed by both parties hereto. In approving this
Agreement, it shall not be necessary to produce or account for more than one such counterpart.
29. Entire Agreement; Incorporation; Conflict. This Agreement contains the entire
understanding between the parties relating to the obligations described herein. All prior or
contemporaneous understandings, agreements, representations and statements, oral or written,
are superseded in total by this Agreement and shall be of no further force or effect. Consultant’s
Proposal is incorporated only for the description of the scope of services and/or the schedule of
performance and no other terms and conditions from such proposal shall apply to this Agreement
unless specifically agreed to in writing. In the event of conflict, this Agreement shall take
precedence over those contained in the Consultant’s Proposal.
30. Amendments. This Agreement may be modified or amended only by a written
document executed by both Consultant and City and approved as to form by the City Attorney.
[Signatures on next page]
Page 11
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the
date first written above.
“CITY”
CITY OF LAKE ELSINORE, a municipal
corporation
City Manager
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney
Assistant City Manager
“CONSULTANT”
Ballard Marine Construction, Inc., a
Corporation
By: Click or tap here to enter text.
Its: Click or tap here to enter text.
Attachments: Exhibit A – Consultant’s Proposal
Exhibit B – List of Subcontractors
EXHIBIT A
EXHIBIT A
CONSULTANT’S PROPOSAL
[ATTACHED]
EXHIBIT B
EXHIBIT B
LIST OF SUBCONTRACTORS
[ATTACHED]
www.ballardmc.com
A Proposal Prepared For:
Lake Elsinore Barge and Nano Bubbler Install
City of Lake Elsinore
Bid Date: 1/4/2024
Prepared By:
Ballard Marine Construction
Chuck Phipps
Chuck.Phipps@ballardmc.com
866.782.6750
CONFIDENTIALITY
This proposal, including pricing, contains confidential and proprietary information and shall not be duplicated,
used or disclosed – in whole or in part – for any purpose other than to evaluate this proposal for the specific
project named above. The proposal and the information contained herein may be shared with Client’s
customer, employees, consultants and agents only to the extent such entities and individuals have a need to
know such information in connection with the Project and have been informed of the confidential and
proprietary nature of the information. Client shall take all reasonable precautions to prevent disclosure of
confidential and proprietary information to any other person or entity. In the event Client or third party uses
any information in this proposal for purposes other than as stated above, Ballard Marine shall not be liable in
any way relating to such use.
1/4/2024
Adam Gufarotti
City of Lake Elsinore
Lake Elsinore, CA
(951) 674-3124 Ext. 314
agufarotti@lake-elsinore.org
RE: Lake Elsinore Barge and Nano Bubbler Install
Dear Adam Gufarotti,
Ballard Marine Construction (Ballard) appreciates the opportunity to submit our proposal for
the Lake Elsinore Barge and Nano Bubbler Install as per your requested scope of work. Ballard
personnel will comply with all local, state and federal rules and regulations applicable to the
performance of our services.
Ballard looks forward to working with you on this project. Should additional information be
required, or if I may be of further assistance, please do not hesitate to contact me.
Respectfully Submitted,
Ballard Marine Construction
Chuck Phipps
866.782.6750 | Chuck.Phipps@ballardmc.com
ABOUT BALLARD
Ballard Marine Construction (Ballard) has been working in the heavy civil marine construction
industry since the 1970s; providing complete infrastructure inspection, construction,
rehabilitation and maintenance solutions on projects worldwide since our inception. Ballard has
always taken an innovative approach to offering highly technical heavy civil marine and
underwater solutions to our local, national, and international clients in the power,
transportation, environmental, water and wastewater, and industrial markets.
PROJECT OVERVIEW
Ballard will provide a crew and marine equipment to perform Lake Elsinore Barge and Nano
Bubbler Install. This project is quoted as lump sum and Time and Materials
Client: City of Lake Elsinore Start Date: January 2024
Location: Lake Elsinore, CA Duration (est.): 5-7 Days
Project Location
PROJECT PRICING SUMMARY
Price Excluding Item 4: Diving to Jet Power Cord
Price Including Item 4: Diving to Jet Power Cord
Pricing Notes:
• Mobilization Rate – applies during preparation and loading of all equipment and
supplies require to perform the work, and during travel time to the Project site in
preparation for initial setup.
• Working Day Rate(s) – apply from initial arrival of crew at the Project site and at all
times crew is on site until work is completed, all equipment is loaded, and crew leaves
the Project site.
• Standby Rate – applies at any time Client requires crew to stand by at an offsite location
or near the Project site. Will be billed at a minimum of eight (8) hours per day/40 hours
per week at each employee’s billable classification. Owned equipment will be billed at
sixty percent (60%) of rate(s) shown above. Rented equipment will be billed at one
hundred percent (100%) of the rate(s) shown above.
Item Description Actual Unit Est. Units Cost/Unit Subtotal
1 Mobilization / Demobilization LS 1.00 88,810.00$ 88,810.00$
2 Barge Assembly, Mooring, and Installation (6 Man Crew, 10hr Day) LS 1.00 97,970.00$ 97,970.00$
3 Service Crane (Nano-Bubbler Barge Assembly) LS 1.00 45,100.00$ 45,100.00$
4 Diving to Jet Power Cable Below Lakebed (6 man dive Crew, 10hr day) LS 0.00 92,180.00$ -$
5 Electrical Work and Sub Marine Cable LS 1.00 293,000.00$ 293,000.00$
6 Nano Bubbler Permanent Barge Anchorage LS 1.00 63,570.00$ 63,570.00$
7 HDPE Piping, Davit, and Bases LS 1.00 68,140.00$ 68,140.00$
656,590.00$
BALLARD MARINE CONSTRUCTION PRICING SUMMARY
Estimate Price
Item Description Actual Unit Est. Units Cost/Unit Subtotal
1 Mobilization / Demobilization LS 1.00 88,810.00$ 88,810.00$
2 Barge Assembly, Mooring, and Installation (6 Man Crew, 10hr Day) LS 1.00 97,970.00$ 97,970.00$
3 Service Crane (Nano-Bubbler Barge Assembly) LS 1.00 45,100.00$ 45,100.00$
4 Diving to Jet Power Cable Below Lakebed (6 man dive Crew, 10hr day) LS 1.00 92,180.00$ 92,180.00$
5 Electrical Work and Sub Marine Cable LS 1.00 293,000.00$ 293,000.00$
6 Nano Bubbler Permanent Barge Anchorage LS 1.00 63,570.00$ 63,570.00$
7 HDPE Piping, Davit, and Bases LS 1.00 68,140.00$ 68,140.00$
748,770.00$
BALLARD MARINE CONSTRUCTION PRICING SUMMARY
Estimate Price
• Demobilization Rate – applies after completion of the work from the point equipment
and crew leave the Project site, return to Ballard’s facility, and until all restocking of
equipment is completed.
• Dive System Maintenance: when applicable, maintenance will be performed daily for up
to one (1) hour, accruing up to eight (8) hours per project, and will not be considered
down time.
• Other:
o Consumables, materials and third party services required to complete the work
will be billed at cost plus 15% for T&M Change Orders for additional work scope.
o Additional items will also be billed at cost plus 15%, including:
▪ Additional Client requested for T&M Change Orders for additional work
scope, services, equipment, or tooling (when available)
▪ Mobilization of additional equipment, unless Ballard and Client agree
Client will be directly responsible for mobilization
▪ Welders provided by Ballard for any Client provided equipment
o All work performed will be in accordance with working rules of applicable local
union agreements, prevailing wage, and/or Davis Bacon requirements.
o Rates do not include any applicable sales or use taxes.
Project Specific Notes, Clarifications, and Exclusions
1. Pricing is based on the preliminary drawings provided by The City of Lake Elsinore. 80F0-
200-GAD PRELIMINARY dated 10/24/2023
2. An RFP/RFQ has not been provided to Ballard to base the pricing. All pricing is based on
email and verbal communication, and the preliminary plans provided (80F0-200-GAD
PRELIMINARY dated 10/24/2023).
3. Preliminary drawings provided by the City of Lake Elsinore do not show or mention a
design of anchoring system, sacrificial anodes, system piping hoists or frames, security
fencing, or cover plates for medication once piping is installed.
4. A Bill of Materials (BOL) has not been provided by the City of Lake Elsinore.
5. Bonding and permitting not included in the proposal.
6. Ballard is not responsible for the condition of the existing aeration lines or power cable
that are laid across the lakebed.
7. Pricing assumes aeration lines and power cables will be marked out by others at the four
(4) anchorage drop points.
8. Pricing assumes Power Cable installation onshore can be direct burial conduit and NOT
concrete incased conduit.
9. Pricing assumes Power Cable will be laid on the lakebed and not protected.
10. If diver jetting of the power cable below the lakebed is selected, Ballard will use a diver’s
water jet to bury the power cable below the surface of the lakebed. If the power cable is
to cross/intersect existing cables, piping or other components/obstructions that prevent
the cable from being directly jetted down at any specific location, Ballard will not be
responsible to jet down the existing obstruction to facilitate the burial of the new power
cable.
11. Ballard is not responsible for damage to the In-Water Power cable after demobilization
since in-water protection (Submar Mats) was declined.
12. Ballard to connect power cable to Nano-Bubbler barge breaker panel, other barge
power connections and installations to be performed by others.
13. Ballard is not responsible for any unmarked/unknown lines that are not identified
through the 811 process.
14. If the City of Lake Elsinore chooses to forgo stability and anchoring engineering of the
floating nano-bubbler barge, Ballard will not be held responsible for the stability of the
barge or the failure to maintain the barge positioning once installed.
15. Pricing may be subject to change with additional work scope is added to the project or
product substitution as directed by the City of Lake Elsinore or engineering firm
Moleaer.
16. Period of performance is subject to availability of materials, engineering, and the city to
approve the engineered design plans provided by Ballard.
17. Ballard to not be liable for the public mooring up to or boarding the barge.
18. Painting of existing, modified, and/or newly installed components is excluded from the
Ballard pricing and scope.
General Notes, Clarifications, and Exclusions
The following are made part of the contract and supersede any provisions thereof unless
expressly agreed otherwise in writing by Ballard.
1. This proposal is contingent upon:
a. the parties reaching mutually agreeable terms and conditions under a fully
executed written agreement, and
b. availability of personnel and equipment.
2. Ballard and Client acknowledge:
a. this proposal is submitted in response to an RFP or other request (i.e., schedule
of rates) from Client and is based on assumptions and quantities specified
therein, and
b. changes to assumptions and/or fluctuations in quantities may affect costs
associated with providing the services contemplated herein.
3. Exclusions:
a. This proposal does not include, and Ballard will not be responsible for, any
impact, delay or costs resulting from events or circumstances beyond Ballard’s
control, including but not limited to: acts of God; acts of the public enemy; acts
of the Client, Project owner, or their respective agents; fires; floods; epidemics
or pandemics; government orders or restrictions; strikes; severe weather; or
supply chain issues such as scarcity of commodities or unusual delivery delay.
b. Any deviation in site conditions, scope of services, and/or deliverables specified
herein will be considered a change and subject to negotiation and agreement in
writing prior to commencement of work affected by any such change.
c. Unless specifically stated otherwise, this proposal does not include any
environmental controls or engineering services.
d. Ballard is not responsible for any expenses related to decontamination of
equipment or reclamation of water or property contacted by contaminated
materials at the work site during the Project. Any diving equipment or support
equipment contaminated by radio nuclides, damaged, or destroyed by
hydrocarbons, solvents, chemicals and/or other environmental conditions will be
replaced at cost plus fifteen percent (15%) daily rental until the equipment is
replaced.
e. Spoils, debris, water treatment/filtration and trash disposal are not included and
are the responsibility of others, unless expressly included as part of Ballard’s
scope of work. Damaged equipment will become the property of the Client.
f. Cost of performance, payment or warranty bonds is not included. If required by
Client, bonds will be furnished at cost plus fifteen percent (15%).
4. Client Responsibilities:
a. Provide all permits required for the Project or performance of the services other
than business or contractors’ licenses required in the location of the Project.
b. Pay for any and all customs, import/export fees, foreign tax, duties, work
permits, tariffs or any other related fees associated to the Project.
c. Provide sufficient access to and from the project site.
5. Safety & Compliance:
a. Ballard dive teams are OSHA compliant and adhere strictly to ADCI regulations
and guidelines. OSHA requires a minimum of a three (3) man properly trained
dive team on each commercial diving project.
b. Ballard reserves the right to add more personnel as needed to safely perform the
work depending on site conditions, depth of water, additional equipment, and
any other conditions or circumstances that may affect safe performance of the
work. Client shall be responsible for all resulting additional costs.
c. Ballard’s supervisor/superintendent will have sole authority to determine if
working conditions, including weather, allow for safe performance of the work.
Weather conditions that may prevent safe performance of the work may include
but are not limited to snow, ice, lightning, high winds/surf, extreme heat or cold,
currents, and poor visibility caused by fog, snow, or heavy rain.
d. Ballard may take immediate action to prevent the loss of life or limb, to prevent
undue suffering, or to prevent further property or environmental damage as
necessary without prior written authorization from Client. Any action so taken
will be documented and an appropriate change order issued as soon as
reasonably practical thereafter.
6. All pricing is quoted and to be paid in U.S. Dollars.
7. This proposal is good for thirty (30) days.
The terms and pricing of this proposal and any subsequent contract assume no impact from
an infectious disease outbreak, including but not limited to the COVID-19 pandemic, whether
directly or indirectly. Ballard Marine Construction’s ability to comply with any schedule
requirement contemplated by this proposal is directly contingent on a lack of impact by an
infectious disease outbreak. Such impacts could include but are not limited to: 1) any
government or other public authority decision causing delay or impact; 2) any cost increase or
lack of availability of personnel, materials, equipment and any other resources necessary for
the performance of the work related to the proposal; or 3) any additional costs incurred to
disinfect areas of the project site due to an infectious disease contamination or potential
contamination. Ballard Marine Construction reserves its right to seek an extension of time
and additional compensation if it or its subcontractors or suppliers are unable to maintain
planned crew sizes due to an infectious disease outbreak, supply shortages or governmental
restraints on business, travel or assembly or otherwise meet schedule requirements.