Loading...
HomeMy WebLinkAboutContracts & Agreements_169-2002_CCv0001.pdf AGREEMENT TO FURNISH HYDRO-GEOLOGIC SERVICES FOR THE DESIGN AND CONSTRUCTION OF THE ORANGE STREET WELLFIELD This Agreement is made and entered into this 15th day of October 2002 by and between the City of Redlands, a municipal corporation (hereinafter "City") and Richard C. Slade & Associates LLC, (hereinafter"Consultant"). In consideration of the mutual promises, covenants and conditions hereinafter set forth, City and Consultant hereby agree as follows: ARTICLE I - ENGAGEMENT OF CONSULTANT 1.1 City hereby engages Consultant, and Consultant hereby accepts the engagement, to perform services ("Services") for hydro-geologic services associated with the design and construction of the Orange Street Wellfield. 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 high quality Services for the Project at the level of competency presently maintained by other practicing professional Consultants in the industry providing similar types of services. ARTICLE 2 - SERVICES OF CONSULTANT 2.1 The specific Services which Consultant shall perform are more particularly described in Attachment "A," entitled "Scope of Services," which is attached hereto and incorporated herein by this reference. ARTICLE 3 - RESPONSIBILITIES OF CITY 11 City shall make available to Consultant information in its possession that is pertinent to the performance of Consultant's Services. 3.2 City will provide access to and make provisions for Consultant to enter upon City-owned property or rights-of-way as required by Consultant to perform the Services. 33 City designates Douglas Headrick as Project Manager, to act as its representative with respect to the Services to be performed under this Agreement. ARTICLE 4 - PERIOD OF SERVICE AGREEMENT FOR HYDRO-GEOLOGIC SERVICES FOR THE ORANGE ST. WELLFIELD October 15, 2002 Page 2 4.1 Consultant shall perforin the Services in a diligent manner and in accordance with the schedule set forth in Attachment "B", entitled "Project Schedule". ARTICLE 5 - PAYMENTS TO THE CONSULTANT 5.1 The total compensation for Consultant's performance of Senvices shall not exceed the amount of$108,350. City shall pay Consultant on a time and materials basis up to the not to exceed amount, in accordance with Attachment "C", entitled "Project Fee", based on the hourly rates shown in Attachment"D", entitled "Rate Schedule". 5.2 Consultant shall bill City within ten days following the close of each month by submitting an invoice indicating the Services performed, who performed the services', indirect costs, and the detailed cost of all Services, including backup documentation. Payments by City to Consultant shall be made within 30 days after receipt and approval of Consultant's invoice, by warrant payable to Consultant. 5.3 All contractual notices, bills and payments shall be made in writing and may be given by personal delivery or by mail. Notices, bills and payments sent by mail shall be addressed as follows: City Consultant Douglas Headrick Richard Slade Municipal Utilities Department 6442 Coldwater Canyon Ave., Suite 214 35 Cajon Street North Hollywood, CA 91606 P. O. Box 3005 Redlands CA 9237') When so addressed, such notices shall be deemed given upon deposit in the United States Mail. In all other instances, notices, bill and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices, bills, and payments are to be given by giving notice pursuant to this paragraph. ARTICLE 6 - INSURANCE AND INDEMNIFICATION 6.1 Consultant's Insurance to be,Primary. All insurance required by this Agreement is to be maintained by Consultant for the duration of this Project and shall be primary with respect to City and non-contributing to any insurance or self-insurance maintained by the City. Consultant shall not perform any AGREEMENT FOR HYDRO-GEOLOGIC SERVICES FOR THE ORANGE ST. WELLFIELD October 15, 2002 Page 3 Services pursuant to this Agreement unless and until all required insurance listed below is obtained by Consultant. Consultant shall provide City with Certificates of Insurance and endorsements evidencing such insurance prior to commencement of work. All insurance policies shall include a provision prohibiting cancellation of the policy except upon thirty z:1 (3)0)days prior written notice to City. 6.2 Worker's Compensation and Employer's Liability A. Consultant shall secure and maintain Workers' Compensation and Employer's Liability insurance throughout the duration of this Agreement in amounts which meet statutory requirements with an insurance carrier acceptable to City. B. Consultant expressly waives all rights to subrogation against City, its officers, employees and volunteers for losses arising from work performed by Consultant for City by expressly waiving Consultant's immunity for injuries to Consultant's employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this Agreement extends to any claim brought by or on behalf of any employee of Consultant. This waiver is mutually negotiated by the parties. This shall not apply to any damage resulting from the sole negligence of City, its agents and employees. To the extent any of the damages referenced herein were caused by or resulted from the concurrent negligence of City, its agents or employees, the obligations provided herein to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of Consultant, its officers, agents and employees. 6.3 Comprehensive General Liability Insurance. Consultant shall secure and maintain in force throughout the duration of this Agreement 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. Consultant shall obtain an endorsement that City shall be named as an additional insured. 6.4 Business Auto- Liability Insurance. Consultant shall have business auto liability coverage, with minimum limits of I million ($1,000,000) per occurrence, combined single limit for bodily injury liability and property damage liability. This coverage shall include all consultant owned vehicles used on the project, hired and non-owned vehicles, and employee non-ownership vehicles. Consultant shall obtain an endorsement that City shall be named as an additional insured. 6.5 Professional Liability Insurance. Consultant shall secure and maintain professional liability insurance throughout the duration of this Agreement in the amount of one AGREEMENT FOR HYDRO-GEOLOGIC SERVICES FOR THE ORANGE ST. WELLFIELD October 15, 2002 Page 4 million dollars($1,000,000) per claim made. 6.6 Hold Harmless and Indemnification. Contractor shall defend, indemnify and hold harmless City, its elected officials, officers, employees and agents, from and against any and all actions, claims, demands, lawsuits, losses and liability for damages to persons or property, including costs and attorney fees, that may be asserted or claimed by any person, firm, entity, corporation, political subdivision or other organization arising out of or in connection with Contractor's negligent and/or intentionally wrongful acts or omissions under this Agreement; but excluding such actions, claims, demands, lawsuits and liability for damages to persons or property arising from the sole negligence or intentionally wrongful acts of City, its officers, employees or agents. 6.7 Assignment and Insurance Requirements. Consultant is expressly prohibited from subletting or assigning any of the services covered by this Agreement without the express written consent of City. In the event of mutual agreement between parties to sublet a portion of the Services, the Consultant will add the subcontractor as an additional insured and provide City with the insurance endorsements prior to any work being performed by the subcontractor. Assignment does not include printing or other customary reimbursable expenses that may be provided in this Agreement. ARTICLE 7 - GENERAL CONSIDERATIONS 7.1 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. 7.2 Consultant shall not assign any of the Services required by this Agreement, except with the prior written approval of City and in strict compliance with the terms, provisions and conditions of this Agreement, 7.3 Consultant's key personnel for the Project are: Project Manager: Richard Slade Consultant agrees that the key personnel shall be made available and assigned to the Project, and that they shall not be replaced without concurrence from City. 7.4 All documents, records, drawings, designs, costs estimates, electronic data files and databases and other Project documents developed by the Consultant pursuant to this AGREEMENT FOR HYDRO-GEOLOGIC SERVICES FOR THE ORANGE ST. WELLFIELD October 15, 2002 Page 5 Agreement 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 for other projects and any use of incomplete documents will be at City's sole risk. 7.5 Consultant is for all purposes an independent contractor. All personnel employed by Consultant are for its account only, and in no event shall Consultant or any personnel retained by it be deemed to have been employed by City or engaged by City for the account oior on behalf of City. 7.6 Unless earlier terminated, as provided for below, this Agreement shall terminate upon completion and acceptance by City of the Services. 7.7 This Agreement may be terminated by the City, without cause, by providing ten (10) days prior written notice to the Consultant (delivered by certified mail, return receipt requested) of intent to terminate. 7.8 Upon receipt of a termination notice, Consultant shall (1) promptly discontinue all services affected, and (2) deliver or otherwise make available to City, copies (in both hard copy and electronic form, where applicable), of any 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 required by this Agreement. 7.9 This Agreement, including the attachments incorporated herein by reference, represents the entire agreement and understanding between the parties and any prior negotiations, proposals or oral agreements are superseded by this Agreement. Any amendment to this Agreement shall be in writing, approved by the City Council of City and signed by City and Consultant. This Agreement shall be governed by and construed in accordance with the laws of the State of California. AGREEMENT FOR HYDRO-GEOLOGIC SERVICES FOR THE ORANGE ST. WELLFIELD October 15, 2002 Page 6 IN WITNESS WHEREOF, duly authorized representatives of the City and Consultant have signed in confirmation of this Agreement. City of Redlands Richar4' . Slade &Associ ,"LLC ("City") ("Cons` nt" l By: By: KARL N. (KASEY) HAWS Mayor Title: _ ATTEST: Beatrice Sanchez Deputy City Clerk ATTACHMENT A PROPOSED SCOPE OF SERVICES PHASE 1 —TECHNICAL SPECIFICATIONS FOR WELL CONSTRUCTION Our Phase 1 Scope of Services addresses the tasks necessary to conduct the preliminary de- sign and drilling contractor selection. Phase 1 will largely be concerned with preparation of well construction specifications and providing bidding assistance to the City. Currently, we envision that technical specifications for both wells will be simultaneously distributed to potential bidders under one set of contract documents. Task 1.1- Preparation of Technical Specifications & Bidding Documents Prepare a single set of Technical Specifications and Bidding Documents (Bid Sheets) for the construction of both wells. These Technical Specifications will entail providing detailed guidelines for the following aspects of the well construction project: ♦ The drilling and construction methods. ♦ Noise mitigation measures, if applicable. ♦ The estimated pilot hole and casing depths. ♦ The type(s) of downhole geophysical surveys. ♦ The use of deviation surveys in the pilot hole and final casing. The preliminary design of the wells, including the selection of casing type and gravel pack. ♦ The use of chemical development for the wells, if applicable. The duration of mechanical development in each well. ♦ Duration of pumping development. ♦ Final step-drawdown and aquifer testing durations, and flow meter surveys (spinner logs). ♦ Selection of analytical tests for groundwater samples by the City. The Technical Specifications and Bid Sheets will be provided to you in electronic format and can be included within the City's "boiler plate" documents when the project is sent out to formal bid by your office. Task 1.2-Estimate of Probable Construction Cost Prepare a detailed line-item estimate of the probable cost for the construction and testing of the new wells, exclusive of the pump and aboveground appurtenances. This effort will provide the 2 City with a reasonable expectation of drilling and well construction costs and will form the basis for realistic comparison of formal bids received from the prospective contractors during the bid- ding process. Task 1.3-Assist in Bid Process, Pre-bid Meeting, and Review Bids Prepare for and attend one pre-bid site meeting with potential bidding contractors for this joint well construction project. Further, we will provide pre-bid clarifications to bidding contractors and/or issue addenda, if necessary. Assist the City in assessing bids received. This task will assist potential bidders in understanding such site logistics as access, available water supply, location of utilities, and fluids disposal options. In addition, this meeting will enable the bidders to become familiar with the requirements of the City. Task 1.4—NPDES Permit(optional) The California Regional Water Quality Control Board, Santa Ana Region (RWQCB) oversees and implements the National Pollutant Discharge Elimination System (NPDES) permit for the U.S. Environmental Protection Agency in the Redlands area. As such, any de-minimus discharge generated from well development and testing op- erations to surface water will need to be permitted under the NPDES. It is understood that the City plans to discharge the development and testing water into nearby gravel quarry pits. Consequently, there may be no need at this time for an NPDES permit. However, should a permit be needed, we could assist the City in the preparation of a NPDES permit for both well sites, as an optional task. PHASE 2 — FIELD OBSERVATION OF WELL CONSTRUCTION ACTIVITIES Our Phase 2 Scope of Services addresses the tasks involved with geologic field observation during well construction activities. Task 2.1 -Pre-Construction Meeting Prepare for and attend one pre-construction meeting and review information provided by the drilling contractor who has been awarded the construction contract for the two wells. Discuss key issues in the technical specifications. Thus, this task will be to acquaint the City and RCS with the drilling firm chosen for the project. In addition, this meeting will better acquaint the drilling firm with the well construction site, to set-up for the logistical site considerations, such as: nearest available water and electrical sup- ply; placement of equipment with respect to buried utilities; and disposal of drilling fluids to the nearby gravel quarry pits. Most importantly, however, will be the driller's responsibility during 3 this meeting to inform City and this consultant what will need to be done to prepare the site for the required work, when work will actually commence, and to provide to the City a definitive and detailed schedule for completing the work. Task 2.2— Conductor Casing and Rkq Mobilization Provide communication with the Contractor during installation of the conductor casing and dur- ing mobilization of the drill rig to each site. This task is necessary to help inform the City on the progress of drilling contractor activities during mobilization. Per the specifications, the contrac- tor will have the Country inspect and approve this shallow seal. Task 2.3-Pilot Hole Logging Because of our knowledge of subsurface conditions in the area, we propose to conduct geo- logic logging of the pilot hole on a part-time basis from ground surface to a depth of approxi- mately 800 ft in the first well to be drilled, and then on a full-time basis from 800 ft to the anticipated 1100-foot depth of the pilot hole for the second well. Based on an anticipated drill- ing rate of 8 feet per hour, the contractor will require approximately 140 hours (nearly 6 days; not counting breakdowns or other delays) to attain the desired total depth of 1100 ft. For the second well, we will geologically log the cuttings on a part-time basis only. The key reasons why we believe RCS geologists do not have to be present on a full-time basis throughout pilot hole drilling include: ❑ RCS has already performed a Phase 1 preliminary siting study for these wells. ❑ We have knowledge of local subsurface conditions obtained from prior hydro- geologic studies conducted for the City. ❑ RCS has numerous electric logs (E-logs) for water wells in the area, virtually all of which have been correlated into an extensive E-log correlation network. ❑ RCS has geologically logged drill cuttings for several other wells owned by the City. During pilot hole logging, we will use standard and commonly accepted and practiced geologic nomenclature for the drill cuttings. We do not propose to use the Unified Soil Classification System (USCS) because that system is for engineering application to soils, typically for geo- technical and engineering geology usage for footings, foundation design, and slope stability. The UCSC system is not useful for water wells. When onsite during pilot hole drilling, RCS personnel will review fluid characteristics of viscos- ity, weight, and sand content to check contractor conformance with the specifications. In addi- tion to the geologic logging, drilling penetration rates will be collected and plotted on the geologic log, providing additional subsurface information for hydrogeologic interpretation. Samples of key formation materials will be obtained during drilling to provide grain-size distribu- tion curves of these materials to select the final slot size for the casing perforations and gravel 4 pack gradation. Grain-size tests will be performed on representative formation samples for each well. Task 2.3 is necessary in providing a detailed geologic log of drill cuttings at the drill site so that drilling conditions are documented. This necessitates the use of geologists to examine and record (log) the drill cuttings and to interpret the subsurface geologic conditions as they are encountered. Documentation of the subsurface geologic conditions provides physical data to support subsequent analysis of the downhole geophysical surveys of the pilot hole. Task 2.4—Downhole Geophysical Surrey Log Analysis Witness and analyze the downhole geophysical survey logs (electric logs) of the pilot hole at each well site and provide a review of the geophysical log. Review and com- pare data from geologic logs and electric logs and provide a casing completion recom- mendation to the driller for the final ream diameter(s) and depth(s) within 48 hours of receiving water quality laboratory data from the aquifer zone isolation testing in the open pilot hole. Geophysical logging is conducted to more accurately determine the depth(s) to possible water- bearing formations (aquifers), based on their electronic signatures. Geologic logging is often used as physical evidence to support interpretations made on depth and geologic nature of subsurface materials penetrated. These data are needed to successfully locate and target possible water-bearing zones for further consideration such as aquifer-zone isolation testing and installation of perforated casing at potential water-bearing zones. Task 2.5-Down-Hole Aquifer Zone Isolation Testing This task is to conduct aquifer zone isolation testing in the pilot hole of the first well. A maximum of four (4) aquifer zones will be selected in the pilot hole for the first well based on review and analysis of drill cuttings and the geophysical survey logs of the pilot hole. RCS personnel will be present to assist in the sampling and collection of wa- ter samples from each aquifer zone and will monitor and record, during zone develop- ment, the field parameters of temperature (T), electrical conductivity (EC), pH, and turbidity. A potential aquifer zone, even though it may indicate favorable lithologic conditions for water production, may also have either acceptable or unacceptable water quality or quantity. Thus, down-hole aquifer isolation zone testing may need to be conducted to test the feasibility of de- veloping a chosen zone for water production. Thus, this task is necessary to provide for down- hole sampling of specific individual aquifers in the pilot hole in order to obtain specific data on possible concentrations of such analytes as total dissolved solids (TDS), nitrate (as NOA iron (Fe), manganese (Mn), and boron (B). In addition, it can also be used to check for the pres- ence of perchlorate (CI04) and volatile organic compounds (VOCs), such as trichloroethylene (TCE) and perchloroethylene (PCE). 5 Task 2.6- Wells Completion Recommendations and Monitoring of Borehole Ream Communicate in-progress findings to City and provide recommendations for the Final well design for each well. Present to City and the driller the Final recommendations for casing lengths and diameters, well screen placement, perforation sizes (slot sizes), gravel pack type and gradation, and depth of cement around the blank casing for each well. These recommendations for the Final well design will be provided within 48 hours of receiving water quality laboratory data from the aquifer isolation zone testing per- formed in the pilot hole. No field monitoring of contractor operations during the pilot hole reams is anticipated; however, daily telephone communications with the driller will be conducted during the reaming process. The task is necessary to inform and update City on possible developments occurring during drilling which might necessitate a change in the well design. Accordingly, we will discuss with the City the nature of possible changes that may need to be implemented to successfully com- plete a producing well. This task also serves to provide liaison between the City and the driller. Task 2.7- Casing and Gravel Pack Installation A geologist will be present to monitor, on a full-time basis, the installation of the recommended well screen, blank casing, gravel pack, and cement seal in each well. Monitoring will be con- ducted to permit conformance with the appropriate methods and materials in the specifications and/or recommendations based on accurately defined down-hole conditions. Volumes of gravel pack and cement emplaced are to be monitored and compared with the required volumes cal- culated from caliper log and casing data in order to help verify a properly filled annulus. During field construction monitoring, our field geologists will be reviewing the plans and technical speci- fications for contractor compliance. In this task, we shall observe and monitor drilling contractor operations in conducting appropriate and effective methods for casing installation. Further, this monitoring will also note if the drilling contractor is installing the casing per Final recommendations as established in Task 2.6. Task 2.8— Well Development Provide a geologist, on a part-time basis, at appropriate times to monitor well develop- ment by both mechanical and pumping methods in each well. This is for the purpose of observing contractor development operations and check for conformance with Techni- cal Specifications. Proper mechanical and pumping development of new wells is one of the most crucial activities during well construction. 6 Task 2.9 -Step-Drawdown Testing Provide a geologist to monitor step-drawdown testing of the completed wells. Three to four pumping rates will be recommended and pumping rates and pumping levels will be monitored on a full-time basis in each well during the step drawdown test. In addition, the water levels will be monitored continuously in the well(s) during testing with a pressure transducer. This task is to inform the pumper of step-drawdown testing protocol, monitor his activities so that reliable information is obtained from testing, and inform City of testing activities. Task 2.10-Final Aquifer Test(Pumping Test) Provide a geologist, on an appropriate part-time basis, to monitor water level drawdown and recovery in the wells during and after the final constant-rate pumping test in each of the com- pleted wells. Critical times will be those during the first few hours of drawdown and recovery measurements. Water levels in the wells will also be monitored and recorded continuously using pressure transducers. Water level drawdown interference between the two wells will be monitored and defined. Per the specifications, the contractor's pump crew will also be used to conduct water level measurements to maintain the monitoring schedule recommended by our office. Field values of pH, temperature, and electrical conductivity of the well discharge will be obtained on occa- sion by the geologist during the test. Water samples of the final well blend from each well will be collected for quality testing by City. At the end of the aquifer testing, we will have the contractor perform a flow meter (spinner log) survey of each well to identify the present flow capacity regime of the various perforated zones in the well. Our technical specifications will provide for an appropriately sized camera ports/sounding tube to permit this survey in the wells. The purpose of this task is to collect accurate and reliable aquifer test data. Such data are im- portant to provide an adequate analysis of aquifer transmissivities, the production capabilities of the wells, and the amount of water level drawdown interference between the wells. These data are used in conjunction with water quality data to establish the final well blend water sample quality in the wells. Field monitoring of water levels in the new wells during aquifer testing is useful in determining long-term drawdown in the vicinity of the wells. Task 2.11 - Casing Alignment Testing and Video Log Survey Review data obtained from the prescribed insertion of a casing dummy or cage and monitor deflection readings for the alignment/plumbness testing of the wells. Assess results of the testing in view of the specifications. In addition, we will review the video survey of each well. 7 This task is to monitor the activities of the drilling contractor as the casing alignment testing is being conducted and to check that the video survey log is of sufficient quality to reliably docu- ment as-built wells conditions. Task 2.12-Summary of Construction Operations Report Provide hydrogeologic analyses of field and laboratory data obtained during well drilling, con- struction, and testing at each of the two drill sites. The individual Summary of Construction Operations Report for each well will summarize the existing geologic conditions such as the subsurface lithology, aquifer zones where well perforations have been set, and interwell correla- tion of aquifers based on downhole geophysical logs. In addition, water level drawdown data collected during aquifer testing will be used to determine aquifer transmissivity at each well site. Provide three copies of each report to summarize well construction activities and to provide an "as-built" of the completed wells, along with a lithologic (mud) log, geophysical logs, water qual- ity laboratory test data, and aquifer test data. Data acquired during the logging and testing of the wells will be included also. Recommendations for operational yield and final pump place- ment will also be provided. The purpose of this task is to help document the drilling, construction, and testing activities of the new wells. Further, future examination of well conditions and/or construction operations will be facilitated through reference to the Summary of Construction Operations report. Task 2.13—P*Wect Management, Review Contractor Submittals, and Meetings. We will provide the project management and associated technical oversight activities by attending three (3) meetings with the City during the project, by reviewing contractor submittals during the project, and by reviewing Contractor progress invoices to the City for accuracy and consistency. 8 ATTACHMENT B PROJECT SCHEDULE Based on the above Scope of Services, and following receipt of a written notice-to- proceed from the City, we submit the following estimated time schedule for conducting the work: Phase 1 Technical Specifications for = Week 0 —Week 4 Well Construction Phase 2 Field Observation of Well = Week 4 —Week 8, Construction Activities formal bidding by City and award drilling contract Drill and construct first well = Week 9 - 16 Drill and construct second well = Week 13 —Week 20 9 ATTACHMENT C PROJECT COSTS For the proposed project, we estimate the total cost for our professional services for the above outlined Scope of Services for both wells to be as shown below: Phase 1 —Technical Specifications for Well Con- $11,750.00 struction Phase 2— Field Observation of Well Construction $97,600.00 Activities Use of in-house water quality and water level $1,100.00 equipment, and pressure transducers Total Proiect Estimate: $108,350.00 The amount shown can be considered as a not-to-exceed amount. It should be noted that because the exact number of hours required to complete the different tasks of well construction (Phase 2) is outside the control of the consultant, we recommend that all construction monitoring be performed on a time and expenses basis, and that if the time required to complete Phase 2 is expected to exceed our estimates once construc- tion is underway (as, for example due to unusually slow drilling, numerous contractor breakdowns, or difficulties in meeting discharge quality requirements), we will notify your office. The above estimated cost is based on the following key assumptions: 1. Pilot hole drilling for each of the proposed new City wells is estimated, for the purposes of this proposal, to be to a maximum depth of 1100 ft bgs. 2. The overall drill rate is expected to be on the order of eight (8) feet per hour for drilling the pilot hole, thus requiring the contractor to expend approximately 140 hoursof drilling for the wells. Drilling is to be performed on a 24-hours-per-day schedule. We estimate the total number of hours for our field personnel on a part-time basis to 800 ft and then on a full-time basis from 800 ft to 1100 ft on the first well and on a part time basis for all of the nearby second well to be on the order of 170 hours for geologic logging of both pilot holes. 3. Aquifer zone isolation testing will need to be conducted in the pilot hole for the first well. We estimate that a maximum of four (4) aquifer zones will be targeted for sampling and our cost estimate is based on that assumption. ~ j{} 4. [)bSerVaUOO of installation Of the Vv8Us casing, the g[3Ve| pack, and of the Ce- ment annular seal by ourfU||-tiD1e field personnel is estimated to require ap- proximately 75 hours for each well. 5. Mechanical and pumping d8Ye|OpDleOt of the wells will he performed OO a part- time basis. ThUS, it is estimated that our field personnel will expend approxi- mately 80 hours during this period at both VY8||S. Because the discharge from the wells per the City is to be to nearby gravel quarry pitS, then y4@tioD@| Pollut- ant Discharge Elimination System (MPDES) permit monitoring will not be needed. 8. Step-drawdown testing will be DlODitO[Sd by our field personnel on a fUU-UrD8 basis and the constant rate testing will be 0OOitO[8d On 3 part-time b8SiS. thereby requiring approximately 7Ohours Ofour personnel time, total. 7. Casing alignment testing, the video survey and chlorination Ofthe wells will be monitored by our personnel on a part-time basis and is estimated to require ap- proximately 16 hOU[S Ofour field p8nSOOO8| time. 8. The City, Or the ContngctOr. will pay directly for all laboratory 03SiiDg Of water oannp|eS collected by our firm from the down-hole aquifer zone isolation heating, in the first well, and from the final well testing after construction of each well has been completed. Our services will be billed OO 8 d[D8-aOd-eXp8OS8 basis and in accordance with our current Schedule ofCharges shown nnAttachment []. However, the cost estimate for the above scope of work is virtually entirely dependent on such third-party operations as: the drilling method e[D- p|Oy8d, the drilling rate for the pilot hole, and the time required for casing DODlp|etiOD and wells development. ~ ~ ° ATTACHMENT D SCHEDULE OF CHARGES AND CONDITIONS PROFESSIONAL HOURLY RATES Principal Groundwater Geologist $105.00 per hour Senior Groundwater Geologist $120.00 per hour Staff Groundwater Geologist $80.00 per hour Graphioa$45.00per hour Clerical $45.00 per hour Depositions and Court Testimony (4-hour minimum per day) $250.00 per hour SPECIAL EQUIPMENT AND SERVICES Pressure Transducers (Water Level Monitoring) Weekly Rates Available Hermit Data Loo0g[ (for aquifer tests) $350.00 per day Groundwater Monitoring Syringe (for volatile organics) $125.00 per day Submersible Pump (4-|D diameter) and Generator $150.00 per day Field Water Quality Probe (T. pH' EC) $75.00 per day Electric Tape Water Level Probe $25.00 per day Check-valve Bailers (hydrocarbons or other contaminants) $20.00 per day Subsurface Exp|or@tion, Water Quality Laboratory Cost + 15% Job Supplies, ReproduotioD, etc. Cost + 15% Automobile Mileage $0.40 per mile