HomeMy WebLinkAboutContracts & Agreements_207-2012_CCv0001.pdf AGREEMENT TO PERFORM PROFESSIONAL SERVICES
This agreement for the provision of services associated with relocation of monitoring
equipment for the California Street Landfill ("Agreement") is made and entered in this 4th day of
December, 2012 ("Effective Date"), by and between the City of Redlands, a municipal
corporation("City)" and Geo-logic Associates ("Consultant"). City and Consultant are
sometimes individually referred to herein as a"Party" and, together, as the"Parties." In
consideration of the mutual promises contained herein, City and Consultant agree as follows:
ARTICLE I —ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant to provide design and consulting services for monitoring
equipment relocation at the California Street Landfill for the City's Quality of Life
Department(the"Services").
1.2 The Services shall be performed by Consultant in a professional manner, and Consultant
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional consultants in the industry providing like and similar types of Services.
ARTICLE 2—SERVICES OF CONSULTANT
2.1 The Services that Consultant shall perform are more particularly described in Exhibit
"A," entitled "Scope of Services," which is attached hereto and incorporated herein by
reference.
2.2 Consultant shall comply with applicable federal, state and local laws and regulations in
the performance of this Agreement including, but not limited to State prevailing wage
laws.
ARTICLE 3 —RESPONSIBILITIES OF CITY
3.1 City shall make available to Consultant information in its possession that may assist
Consultant in performing the Services.
3.2 City designates Fred Cardenas, Director of the Quality of Life Department, as City's
representative with respect to performance of the Services, and such person shall have the
authority to transmit instructions, receive information, interpret and define City's policies
and decisions with respect to performance of the Services.
ARTICLE 4—PERFORMANCE OF SERVICES
4.1 Consultant shall perform and complete the Services in a prompt and diligent manner in
accordance with the schedule set forth in Exhibit'*B,'* entitled"Project Schedule," which
is attached hereto and incorporated herein by reference. The Services shall commence
within ten(10)days of the Effective Date of this Agreement.
I
1:1ca\djm\Form Agree-ments\Professional Service.3.12.12 Ldoc
4 If Consultant's Services include deliverable electronic visual presentation materials, such
materials shall be delivered in a form, and made available to the City, consistent with
City Council adopted policy for the same. It shall be the obligation of Consultant to
obtain a copy of such policy from City Staff.
ARTICLE 5—PAYMENTS TO CONSULTANT
5.1 The The total compensation for Consultant's performance of the Services shall not
exceed the amount of Twenty Seven Thousand Nine Hundred and Seventy One Dollars
($27,971). City shall pay Consultant on a time and materials basis up to the not to exceed
amount,in accordance with Exhibit"C" entitled "Project Costs," and based upon the
hourly rates shown in Exhibit"D," entitled"Rate Schedule." Both Exhibits"C" and"D"
are attached hereto and incorporated herein by this reference.
5.2 Consultant shall submit monthly invoices to City describing the Services performed
during the preceding month. Consultant's invoices shall include a brief description of the
Services performed, the dates the Services were performed, the number of hours spent
and by whom, and a description of reimbursable expenses related to the project. City
shall pay Consultant no later than thirty(30) days after receipt and approval by City of
Consultant's invoice.
5.3 All notices shall be given in writing by personal delivery or by mail. Notices sent by mail
should be addressed as follows:
City Consultant
Fred Cardenas, Director Michael D. Reason, CHg
Quality of Life Department Supervising Hydrogeologist
City of Redlands Geo-Logic Associates
35 Cajon Street, Suite 222 1831 Commercecenter East
P.O. Box 3005 (mailing) San Bernardino, CA 92408
Redlands,CA 92373
When so addressed, such notices shall be deemed given upon deposit in the United States
Mail. Changes may be made in the names and addresses of the person to whom notices
and payments are to be given by giving notice pursuant to this section 5.3.
ARTICLE 6— INSURANCE AND INDEMNIFICATION
6.1 Insurance required by this Agreement shall be maintained by Consultant for the duration
of its performance of the Services. Consultant shall not perforin any Services unless and
until the required insurance listed below is obtained by Consultant. Consultant shall
provide City with certificates of insurance and endorsements evidencing such insurance
2
1:\ca\djm\Forrn Agreernents\Professional Service.3.12.121.doc
prior to commencement of the Services. Insurance policies shall include a provision
prohibiting cancellation or modification of the policy except upon thirty(30)days prior
written notice to City.
6.2 Consultant shall secure and maintain Workers' Compensation and Employer's Liability
insurance throughout the duration of its performance of the Services in accordance with
the laws of the State of California, with an insurance carrier acceptable to City as
described in Exhibit"E," entitled"Workers' Compensation Insurance Certification,"
which is attached hereto and incorporated herein by this reference.
6.3 Consultant shall secure and maintain comprehensive general liability insurance with
carriers acceptable to City. Minimum coverage of One Million Dollars($1,000,000)per
occurrence and Two Million Dollars ($2,000,000) aggregate for public liability,property
damage and personal injury is required. City shall be named as an additional insured and
such insurance shall be primary and non-contributing to any insurance or self-insurance
maintained by City.
6.4 Consultant shall secure and maintain professional liability insurance throughout the term
of this Agreement in the amount of One Million Dollars ($1,000,000)per claim made.
6.5 Consultant shall have business auto liability coverage, with minimum limits of One
Million Dollars($1,000,000)per occurrence, combined single limit bodily injury liability
and property damage liability. This coverage shall include all Consultant owned vehicles
used in connection with Consultant's provision of the Services, hired and non-owned
vehicles, and employee non-ownership vehicles. City shall be named as an additional
insured and such insurance shall be primary and non-contributing to any insurance or self
insurance maintained by City.
6.6 Consultant shall defend, indemnify and hold harmless City and its elected officials,
employees and agents from and against any and all claims, losses or liability, including
attorneys' fees, arising from injury or death to persons or damage to property occasioned
by and negligent act, omission or failure to act by Consultant, its officers, employees and
agents in performing the Services.
ARTICLE 7—CONFLICTS OF INTEREST
7.1 Consultant covenants and represents that it does not have any investment or interest in
any real property that may be the subject of this Agreement or any other source of
income, interest in real property or investment that would be affected in any manner or
degree by the performance of Consultant's Services. Consultant further covenants and
represents that in the performance of its duties hereunder, no person having any such
interest shall perform any Services under this Agreement.
3
1:\ca\djm'\Fonn Agreernents\Professional Service.3.12.121.doc
7.2 Consultant agrees it is not a designated employee within the meaning of the Political
Reform Act because Consultant:
A. Does not make or participate in:
(i) the making or any City governmental decisions regarding approval of a
rate, rule or regulation, or the adoption or enforcement of laws;
(ii) the issuance, denial, suspension or revocation of City permits, licenses,
applications, certifications, approvals, orders or similar authorization or
entitlements;
(iii) authoring City to enter into, modify or renew a contract;
(iv) granting City approval to a contract that requires City approval and to
which City is a party, or to the specifications for such a contract;
(v) granting City approval to a plan, design, report, study or similar item;
(vi) adopting, or granting City approval of policies, standards or guidelines for
City or for any subdivision thereof.
B. Does not serve in a staff capacity with City and in that capacity, participate in making
a governmental decision or otherwise perforin the same or substantially the same
duties for City that would otherwise be performed by an individual holding a position
specified in City's Conflict of interest Code under Government Code section 87302.
7.3 In the event City officially determines that Consultant must disclose its financial
interests, Consultant shall complete and file a Fair Political Practices Commission Form
700, State of Economic Interests with the City Clerks' office pursuant to the written
instructions provided by the City Clerk.
ARTICLE 8 —GENERAL CONSIDERATIONS
8.1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing Party shall, in addition to any costs and other
relief,be entitled to the recovery of its reasonable attorneys' fees, including fees for the
use of in-house counsel by a Party.
8.2 Consultant shall not assign any of the Services, except with the prior written approval of
City and in strict compliance with the terms, and conditions of this Agreement.
8.3 Project related documents, records, drawings, designs, cost estimates, electronic data
files,databases and any other documents developed by Consultant in connection with its
performance of the Services, and any copyright interest in such documents, shall become
the property of City and shall be delivered to City upon completion of the Services, or
upon the request of City. Any reuse of such documents, and any use of incomplete
documents, shall be at City's sole risk.
4
1:1ca1djm\Form Agreements\Professional Service.3.12.12 I.doc
8.4 Consultant is for all purposes under this Agreement an independent contractor and shall
perform the Services as an independent contractor. Neither City nor of its agents shall
have control over the conduct of Consultant or Consultant's employees, except as herein
set forth. Consultant shall supply necessary tools and instrumentalities required to
perform the Services. Assigned personnel employed by Consultant are for its account
only, and in no event shall Consultant or personnel retained by it be deemed to have been
employed by City or engaged by City for the account of, or on behalf of City. Consultant
shall have no authority, express by City for the account of, or on behalf of City.
Consultant shall have no authority, express or implied, to act on behalf of City in any
capacity whatsoever as an agent, nor shall Consultant have any authority, express or
implied,to bind City to any obligation.
8.5 Unless earlier terminated as provided for below, this Agreement shall terminate upon
completion and acceptance of the Services by City; provided, however this Agreement
may be terminated by City, in its sole discretion, by providing thirty(30)days prior
written notice to Consultant(delivered by certified mail, return receipt requested) of
City's intent to terminate. If this Agreement is terminated by City, an adjustment to
Consultant's compensation shall be made, but(1) no amount shall be allowed for
anticipated profit or unperformed Services, and (2) any payment due Consultant at the
time of termination may be adjusted to the extent of any additional costs to City
occasioned by any default by Consultant. Upon receipt of a termination notice,
Consultant shall immediately discontinue its provision of the Services and,within five (5)
days of the date of the termination notice, deliver or otherwise make available to City,
copies(in both hard copy and electronic form, where applicable)of project related data,
design calculations, drawings, specifications,reports, estimates, summaries and such
other information and materials as may have been accumulated by Consultant in
performing the Services. Consultant shall be compensated on a pro-rata basis for Services
completed up to the date of termination.
8.6 Consultant shall maintain books, ledgers, invoices, accounts and other records and
documents evidencing costs and expenses related to the Services for a period of three(3)
years, or for any longer period required by law, from the date of final payment to
Consultant pursuant to this Agreement. Such books shall be available at reasonable times
for examination by City at the office of Consultant.
8.7 This Agreement, including the Exhibits incorporated herein by reference,represents the
entire agreement and understanding between the Parties as to the matters contained
herein, and any prior negotiations, written proposals or verbal agreements relating to such
matters are superseded by this Agreement. Except as otherwise provided for herein, an
amendment to this Agreement shall be in writing, approved by City and signed by City
and Consultant.
8.8 This Agreement shall be governed by and construed in accordance with the laws of the
State of California.
5
1:\ca\djm\Fonn AgreementsTrotessional Service.3.12.12 Ldoc
8.9 If one or more of the sentences, clauses, paragraphs or sections contained in this
Agreement is declared invalid, void or unenforceable by a court of competent
jurisdiction,the same shall be deemed severable from the remainder of this Agreement
and shall not affect, impair or invalidate the remaining sentences, clauses,paragraphs or
sections contained herein, unless to do so would deprive a Party of a material benefit of
its bargain under this Agreement.
IN WITNESS WHEREOF, duly authorizes representative of the City and Consultant have
signed in confirmation of this Agreement.
CITY OF REDLANDS GEO-LOGIC ASSOCIATES
By: By:
Tina T. Kundig, Finance Director Michael D. Reason, Supervising
Hydrogeologist
Attest:
Sam Ir-,(vin, City Clerk
6
1:\ca\djm\Form Agreements\Professional Service.3.12.121.doc
Exhibit A —Scope ofServices
Design Services for Gas Probe Relocation and Monitoring Well Equipment the California Street Landfill
EXHIBIT A—SCOPE OF SERVICES
The workscope elements proposed be|Vxv have the ultimate goal ofproviding a monitoring
network that meets State /RWOCB and Ca|Recyc|e\ and local (County of San Bernardino
Department of Health Services) regulations regarding the capabilities of the network to identify
alandfill release tothe environment.
Task 1—Develop Work Plan for Monitoring Point Installation/Decommissioning
The initial work task for the project will involve development of a Work Plan that details the
measures that will be taken and the protocols that will be followed to dM|| and install new
monitoring points, and after the new monitoring points have been constructed,the procedures
that will befollowed to decommission existing well 8-I3 and existing probes P6R'4/Band P7R-
4/R/[. The Work Plan will include the following major elements:
* Work elements and a time schedule for completing the well replacement project
• /\description of permitting requirements
AD Descriptions of the drilling methods that will be used to excavate the three boreholes
for the new wells and decommission the existing monitoring points
* A description of the materials that will be used to construct the new monitoring well
and gas probes.
• A description of the construction quality assurance methods that will be used, including
geologic logging during drilling and methods that will be used to assure that the wells
and probes are constructed in accordance with State and local regulations, aswell as
the methods that will be used to assure that the boreholes from the existing wells are
adequately sealed.
m The methods that will be used to manage liquid and solid wastes generated during the
field investigation.
m A site-specific Health and Safety Plan that identifies site hazards, personal protective
equipment,and monitoring procedures that will be used during the field work.
GLA will submit adraft copy ofthe Work Plan tothe City for review. Following incorporation of
City comments,GLA will distribute copies of the Final Work Plan to the RWQCB and Cal Recycle.
If necessary, GLA will meet with the regulatory agencies to resolve questions the staff may have
regarding the Work Plan elements.
Task 2—Development wfConstruction Specifications
GLA will assist the City with development of a Request for Bid that will be used to solicit
construction cost estimates from qualified drilling companies. This work will include
development of a technical scope of work that includes general terms and conditions,
construction support tasks, technical specifications, an estimated time schedule for completion,
and G bid sheet to be completed by the interested drilling companies. The work scope will be
accompanied by a well location map and diagrams of the proposed well and gas probe designs.
Based on our past experience at this Site and other landfills within the jurisdiction of the Santa
Ana RVVQCB, GLA anticipates that the following elements will be required in the technical work
scope.
Drilling Methods — All drilling and well construction will be completed in accordance with
procedures approved by the San Bernardino County Department Of Environmental Health
Services and summarized in Department of Water Resources /DVVR\ Bulletin 74'90.
Exhibit o*m"niam=eet La"mmWeN 1 Geo~Lo��~w�
ASSOCIATES
^�
Printed anRecycled Paper
Exhibit x -Scope ofServices
Design Services for Gas ProbeRelocad Monitoring Well Equipment at the California Street Landfill
Underground Service Alert will be notified at least two days prior to beginning drilling
operations sothat underground utilities can beidentified and avoided.
The borings for the gas probes will be drilled using hollow stem auger techniques to drill a
nominal 9-inch borehole, and the boring for the groundwater monitoring well will be drilled
using air rotary casing hammer (ARCH) drilling techniques (or equivalent)to excavate anonnina|
1O'inchdiameter borehole. The replacement borings for probes P5R-4/Band P7R'4/B/[will be
drilled to depths of ]0 and G] feet' respectively, and the replacement boring for well B-13 will
be drilled to maximum anticipated depth of 250-300 feet (as discussed above, the actual
depth of the replacement well may be much more shallow, depending on the level at which
groundwater isencuuntered).
The air-rotary drill rig's air compressor will be equipped with a filter to prevent oil and foreign
debris from entering the system. Selective use ofvvmter'nnist techniques in the drilling process
may be required to cool the drilling equipment or to minimize dust related emissions. All
waters delivered to the site will be conveyed in steam-cleaned vessels, and all water introduced
to boreholes or wells will be evaluated in the laboratory by EPA Method 8260.
Prior to beginning drilling operations, all drill rig and sampling equipment will be properly
decontaminated using either high-pressure wash and steam-cleaning equipment, or by
manually cleaning the equipment with anon-phosphatic detergent solution.
Since drilling operations will not take place near residential areas, or beyond typical working
hours, noise abatement services are not proposed for this project. However, temporary
borehole protective cover or steel sheeting will be placed on the entry hole during breaks in the
drilling process' In the unlikely event that the borehole needs to be abandoned during the
drilling program, the hole will be sealed by placement ofneat cement grout(with 596 bentonite
byweight) using trerniepipe and positive displacement techniques.
Cuttings and Water Disposal — Drill cuttings will be containerized in roll-off bins or DOT-
approved 55-gallon drums, and sampled and tested for metals, oil and grease, pH, and VOCs to
OT-approved55-gaUondrurns, andsarnp|edandtestedfornneLa|s, oi| andQnease, pH, andVO[stu
confirm a non-hazardous condition. |fnon-hazardous cuttings are found, the cuttings will be
transported to the working face of the CSL for use as daily cover soils. All fluids (including
purged water)will be delivered to an appropriate holding tank tested for VOCs and, if no VOCs
are found,the fluids will bedischarged tVthe ground surface inamanner that prevents contact
with nearby surface water. If the contaminant concentrations in the cuttings or drilling and
purge waters exceed the RVVD[8's limit for discharge to the ground surface, then these solids
and fluids will be transported offsite to an approved and licensed waste disposal facility.
Well and Probe Construction - A|| well construction practices will be completed in accordance
with the California Well Construction and Abandonment Procedures /DVVR Bulletin 74-9O\, and
with well construction Standards established by the San Bernardino County Department of
Environmental Health.
Gas probes will be constructed with 96-inCh Schedule 40 PVC casing and the groundwater
monitoring well will be constructed with 4-inchSchedule QOPVC casing. All well materials will
be virgin, decontaminated and factory sealed, and will be covered with plastic, or similar
protective materials, when delivered to the site. All Screen and well casing will be flush-
threaded and a threaded bottom cap will be placed at the base of the wells. No glue or
solvents will beused b]join pipe sections.
Sand pack materials for the groundwater monitoring well will consist ofinert washed sands
(Monterey or equivalent), and annular seal materials will consist of commercial well sealing
Exhibit A —Scope nfServices
Design Services for be Relocation and Monitoring Well Equipment at the California Street Landfill
cement (e.g.- Portland Type ||/V\ and bentonite. Well filter packing will be placed from the
bottom of the well to between 2 and 5 feet above the screened section using tremmnnie
placement techniques. The filter pack will then be surged and settled, and additional sand
placed as necessary, to assure design sand pack elevation prior to trernnnie placement of an
overlying interval of bentonite chips. The filter pack for the gas probes will consist of 3/8-inch
pea gravel orequivalent.
In order to minimize the potential for grout impacts to the well screen interval, the bentonite
chip seal will be no less than 15 feet in fractured bedrock boreholes, and 5 feet within an
alluvial borehole. The bentonite chips will be hydrated at 2.5-foot vertical intervals using a
minimum of gallons mfpotable water. The bentonite chips will then be a||mxxed to stand fora
period of not less than one-half hour prior to placement of overlying sea! materials. Depth
soundings will be utilized to evaluate the thickness and uniformity of the sand pack and
bentonite seal and tuassure that nobridging occurs.
The annulus above the bentonite chips will be filled with a neat cement/bentonite mixture with
6 t 8 gallons ofwater per sack ofcement and 4 percent by weight of bentonite (Type ||/V
Portland cement or equivalent). The grout slurry will be pumped into place using positive
displacement tremnmmietechniques and will extend from above the bentonite-chip seal tothe
ground surface.
Upon completion, the well and probes will be secured with a heavy duty traffic-rated vault set
constructed just above ground level in a concrete apron. The wells will be locked to prevent
tampering.
Following construction, the horizontal and vertical position of each monitoring point, top of
casing, finished surface, and ground surface will be determined to the nearest 0.01 foot by
California licensed land surveyor.
Task 3—Construction Management and Quality Assurance
GLA will oversee and manage all drilling and well decommissioning activities on behalf ofthe
City. These activities are expected to include a kick-off meeting with City staff, the contracted
drilling company, and GLA staff to discuss the project and identify technical and health and
safety concerns.
For well construction, quality assurance documentation includes observing and recording
geologic and groundwater conditions to ensure that the design of wells and probes are properly
adjusted toaccommodate field conditions. Quality assurance also includes documentation that
well construction materials brought tothe site meet the quality and quantity requirements
outlined in the technical specifications. Additionally, the field geologist must document
construction of the well to ensure proper borehole depth, well and screen length, casing
segment construction and centering, filter pack interval, sealing interval, material mixing and
hydration,and monument construction.
Records ofdrilling and well and probe construction will be documented on Daily Field Logs,
Boring Logs, and Well Construction Diagrams (Appendix A\. The Daily Field Logs will beused Lo
document all activities that occur during the day, while the Boring Logs and Well Construction
Diagrams will be used to document specific items related to drilling and well
construction/decommissioning.
Soil Sampling — Soil sampling from the borings will be limited to retention of drill cuttings
delivered via the rig discharge hose or auger flights. At a minimum, soil samples will be
Exhibit -Scope nfServices
Design Services for Gas Probe R | iand Monitoring Well Equipment the California Street Landfill
collected at five-foot intervals, or when changes in drilling conditions /such as rate of
advancement orsignificant co|orchan8es\ aneno1ed.
Borehole Logging'All drilling operations will becontinuously observed and all drill cuttings and
changes in drilling conditions will be logged by the Project Geologist xv0Mdng under the
supervision of California Professional Geologist. All samples will be carefully stoned, and the
collection depths will be clearly marked for easy reference. Ata minimum, geologic logging of
boreholes will address the following elements:
* Description of soils according to the Unified Soil Classification System and description of
bedrock materials according toaccepted geologic nomenclature.
* Borehole designation and location.
w Times and dates that drill ing/excavation began and ended.
w Type of exploratory equipment being utilized, including manufacturer, make, and model
for special modifications.
w Name(s)and registration numbers for geologist(s) responsible for log description.
• Namne(s)ofother personnel assisting in the logging.
w Weather conditions.
• Systematic descriptions of |itho|ogic and microstructural changes in strata or soil
horizons including thickness of units, as well as the depth and elevation ofUtho|ogic
changes.
* Presence ofand depth 1ogroundwater.
* Caving orsloughing conditions inthe hole, including depth and elevation.
w Sarnp|in@;nterva|(s), including depths and elevations.
* Unusual color, staining,or odors of chemical or waste origin.
• Drilling advancement in feet-per-hour (average) and/or feet-per-minute, noting periods
ofdifficult orvery easy drilling.
° Any subsurface structures orunusual features encountered.
• Descriptions ofmineral seams and fracture fillings.
• Faults,gouge,orshear zones penetrated.
~ Depth and thickness of weathering.
w An opinion astothe characteristics and perrneabi|itiesofwater-bearing|itho|ogies.
• Other notes and descriptions as required.
Construction Documentation — Daily field reports will contain a time log of well construction
activities, and individual well schematics showing well construction details. Ata minimum, well
construction logs will include the following information:
w
Name ofgeologist and drilling contractor,
�
Date and times ofdrilling and well construction,
~
Drilling and well construction methods,
~
Drilling fluid composition (if any)'
�
Type ofdrill rig,
*
Total borehole and well depths,
�
Elevation mffirst groundwater,
m
Elevation of groundwater after development ofthe well,
�
Diameter ofborehole and casing,
�
Length, elevation, and materials used in casing and screen intervals,
Exhibit^ mw"�uStreet La"dfioWmhtstamm�u=*1*30*z 4 Geo-Logic
A""°".",I"��
Printed ooRecycled Paper
Exhibitx -ScupeofSemice
Design Services for Gas Probe R | doand Monitoring Well Equipment at the California Street Landfill
• Length, elevation, and materials used for sand filter packs, bentonite chips and grout
sea/s,
• Methods of construction including depth of tremmie, quantity of water added, and
spacing ofcasing centralizers,
• Surface completion details, and
• Survey coordinates and elevations ofground surface and top ofcasing.
Final Well Development - Following construction of sea/ materials, the annular grout will be
allowed to cure for a minimum of 24 hours prior to final well development. The wells will be
developed using surge and bail techniques followed by pumping until visually clear, non-turbid
(NTU <� 20) water is discharged from the well, and the temperature, pH, and specific
conductivity ofdischarge water stabilizes.
Well development and groundwater sampling records will be recorded on a Water Sample Log
Form, and/or on the sampler's daily field report. The information to be included on well
development and groundwater sampling records will include:
�
Name ofsampler,
�
Total depth ofwell, casing diameter, and well volume,
*
Starting groundwater level,
�
Time log of groundwater removal, general clarity, temperature, pH, and electrical
conductivity,
~
Total well volumes removed,
w
Sample pump flow rate,
w
Time ofsample acquisition,
*
Final depth towater, and
~
Any problems encountered and their solutions.
Well Installation and Decommissioning Report and As-Built Renderings
Using the information developed during completion of the work described above,
approximately three tofour weeks following the completion of field activities GLA will prepare
a draft well installation and decommissioning report tothe City. The draft report will include
the results of all field activities, geologic logs, well as-built construction documentation, and
well decommissioning documentation. Following the City's review of the draft document, a
final as-built report will be prepared for submittal to the RWQCB, CalRecycle, and County ofSan
Bernardino Department ofEnvironmental Health Services.
EXHIBIT B
ESTIMATED PROJECT SCHEDULE
ID Task Name Duration De ember Janua FebruaryMarch
12/2 12/9 2/1 2/2 2/3 i/61/13 1/20 1/27 2/3 2/102117 2/24 3/33/10 3/17 3/24
1 Notice to Proceed 0 days 2/10
2 Task 1-Develop Work Plan 28 days
T Prepare Draft Work Plan 1 wk —J
4 City Review of Draft Work Plan 2 days fjt�
5 Incorporate Comments 1 day `
6 Submit Work Plan to Regulatory Agencies 0 days 2/19
7 Regulatory Agency Review of Work Plan 1 mon
8 Task 2-Develop Plans and Specifications 34 days
9 Prepare Draft Plans/Specifications 2 wks
10 City Review of Plans/Specifications 1 wk
11 Incorporate Comments 2 days
12 Bid Period 1 wk
13 Select Drilling Contractor 0 days /23
14 City Issues Contract to Driller 0 days 5
15 Task 3-Construction Management and Quality Assurance 12 days �1
16 Drill/Install/Develop Replacement Well B-13 7 days
17 Drill/Install Replacement Probe P6R-A/B 1 day
18 Drill/Install Replacement Probe P7R-A/B/C 2 days
19 Decommission Exisitng Well B-13 3 days
20 Decommission Replacement Probe P6R-A/B 0.5 days
21 Decommission Replacement Probe P7R-A/B/C 1.5 days (W2/28
22 Task 4-Well Installation and Decommissioning Report and As-Built Renderings 22 days IV _WMV
23 Prepare Draft Report 3 wks
24 City Review of Draft Report 1 wk
25 Incorporate Comments 2 days
26 Submit Report to Regulatory Agencies 0 days {H 3/14
Task Milestone ♦ External Tasks
Project:CSL Well Replacement.mpp Split Summary External Milestone 4
Date:Fri 11/30/12 "" " " " " "
Progress Project Summary Deadline 'i
Exhibit "C" - Project Costs
TABLE 1
ESTIMATED PROJECT COSTS
DESIGN SERVICES FOR THE RELOCATION OF GAS PROBES AND MONITORING WELL EQUIPMENT AT THE
CALIFORNIA STREET LANDFILL
Work Task Supervising Staff Geo. CADD Word GLA vehicle Expenses(3°k Total Cost
Hydrogeo. Draftsman Processor Subtotal GLA labor)
Reason Satterfield Levin Lemke
180 107 90 70 $) 12 (31/6) $
Task 1-Doveloe Work Plan for Well Installation/Decommissioning 4 18 4 4 $3,286 0 $99 $3,385
Task 2-Development of construction S cifications 4 18 4 4 $3,286 0 $99 $3,385
Task 3-Construction Management and Quality Assurance 16 120 0 0 $15,720 120 $472 $17,632
Task 4-Well Installation and Decommissioning Re ort and As-sullt Renderings 4 18 6 4 $3.466 0 $104 $3.570
Assumptions: TOTAL ESTIMATED COST: $27,971
1. Costs for the qualified drilling company will be paid directly by the City under separate contract.
2. Monitoring and analytical costs for the new monitoring points will be conducted under separate contracts.
3. Liquid and solid waste disposal costs will be included in the drilling contract.
Geo"L k
ASSOCIATES
0 Exhibit "D" --- Schedule
Geo
�w ��~���
� �k � � �� � 0 ��� � ���
2012_2013 FEE SCHEDULE
PROFESSIONALAM UNOLRW
Staff Engineering Gemhogist(Hydnxgedcgkm/Engineer--..----------.----.....--..g10��NHmwr
� Prn��Eo�nee�ngGeo��s�Hydru�m|oAkm/En�neer--,-.-.-.---.----.-...----.136.00/Gour
�
Senior Engineering Gemimgist/RydroQeologist/Engineer.............................................................166.000Nour
Supervising Engineering Geologim/Hydnogemk4gimyEngjneer......................................................180.00/gmor
Principal Engineering Gem|ogistMHydnqgemhogist/Engineer..........................................................200.00/Hour
�
Court Appearance(Expert Witness,Deposition,etc;four-hour minimum) --.......................2xMmudyRate
fIELD STAFF�
FieldTechnician|..........................................................................................................................J0.00/fmur
�
Field Technician U.-----.-...-...,-------.----..-.-----.--------.-..-..--'7&0�Hour
Senior�m�T�hn��n--.---.----._----.- -.---.--------.-----'-'-.......92.00/Hxmr
Supervising Field Technidaq........................................................................................................103.0K/Hour
�
Laboratory/Field Manager......................................,....................................................................125.W*Nmur
�
Prevailing Wage..........................................................................................................................-.....+1J/Homr
� Laboratory Technician...................................................................................................................%00.00/wwur
� Q\DD/Designer...............................................................................................................................90.00/Hnur
CADDOperator/Geotechnical Draftsperson...................................................................................75.0a/Hour
Geotechnical Clerk/Typist..............................................................................................................S5.0Q/Howr
� Word Process mr.............................................................................................................................70.0myHmur
*Overtime Premium is 35%nfPERSONNEL CHARGE
�
*A surcharge of 20%of PERSONNEL CHARGES is applicable to personnel working in hazardous materials
�
environments to compensate for costs associated with hazardous materials operations training and
personnel medical examinations,
`
SAT Permmmmeter..........................................................................................................................200.o04Day
Compaction Testing Equipment&Supplies.....................................................................................SO.U0/Day
�
Peel&Shear Strength Apparatus(FML Seams).........................................................................900.00/Mmoch
-
Portable Laboratory(Q'^32^trailer)with equipment................................................................z,200/Mmnth
Portable Laboratory(mobilization/demobilization)..........................................................................1J500.}O
� ReMKRe0actiomSeismograph......................................................................................................600Do/Day
�
Sealed Single Ring Infiltrometer(5SR|).............................................................20lVV/Dayor750.0m/Month
Sealed Double King Infi|trometer<5DRV.................................. ................................................Call for Quote
SlopeInclinometer.......................................................................................................................250.08/Day
EXPENSES
Vehicle Use for Field Services.........................................................U.65/mi|eur12.00VHouror330.00/week
�
Soil Sampling Equipment&Drilling Supplies..................................................................................5.00/Hmur
�
Groundwater Sampling Equipment and Supplies..........................................................................1Sl0/Hour
Per Diem.......................................--..............................Lesser of(Cost+15%)or(Local Government Rate)
Outside Services p]»nuultants,Surveys,Chemical lab Tests,etc>..................................................Cost+15%
� Rehnbunsables(Naps,Photos,Permits,Expendable Supplies,etc)..............................................Cost+15%
Outside Equipment(Drill Rig,Backhoe,Monitoring Equipment etc) ..........................................Cost+lS%
� <conommedunnext poge>
�
Schedule 2012-2013 Effective Through 08/31/13
Geo-Loqic
ASSOCIATE S%40
PERMITS.FEES AND BONDS
The costs of all permits,fees,and performance bonds required by government agencies are to be paid by
the Client,unless stated otherwise in an accompanying proposal.
INSURANCE
Geologic Associates,Inc.carries workers'compensation,comprehensive general liability and automobile
with policy limits normally acceptable to most clients. The cost for this insurance is covered by the fees
listed in this schedule. Cost of any special insurance required by the Client,including increases in policy
limits,adding additional insured parties and waivers of subrogation,are charged at cost plus 15%. Unless
otherwise stated,such.charges are in addition to the estimated or maximum charges stated in any
accompanying proposal.
TERMS
Payment is due upon presentation of invoice and is past due thirty(30)days from invoice date. Past due
accounts are subject to a finance charge of one and one-half percent(1-1/2%)per month,or the
maximum rate allowed bylaw.
PROPOSAL PERIOD
Unless otherwise stated,a proposal accompanying this schedule is effective for sixty(60)days. If
authorization to proceed is not received within this period,GeoLogic Associates,Inc.reserves the right to
renegotiate the fee.
Schedule 2012-2013 Effective Through 09/31/13
EXHIBIT "E"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Description of Contract: City of Redlands
Quality of Life Department
DESIGN SERVICES FOR THE RELOCATION OF
MONITORING EQUIPMENT AT THE CA STREET
LANDFILL
Every employer except the State, shall secure the payment of compensation in one or more of the
following ways:
A By being insured against liability to pay compensation in one or more insurer duly
authorized to write compensation insurance in this State.
B By securing from the Director of Industrial Relations, a certificate of consent to
self-insure, either as an individual employer or as one employer in a group of
employers, which may be given upon furnishing proof satisfactory to the Director
of Industrial Relations of ability to self-insure and to pay any compensation that
may become due to his or her employees.
I am aware of the provisions of Section 3700 of the Labor Code which requires every employer
to be insured against liability for Workers' Compensation or to undertake self-insurance in
accordance with the provisions of that Code, and I will comply with such provisions before
commencing the performance of the work of this Agreement. (Labor Code §1861).
Geo-Logic A ciates
By: 70
Date:
Michael D. Reason