HomeMy WebLinkAboutContracts & Agreements_82-2024AGREEMENT TO PERFORM PROFESSIONAL SERVICES
This agreement for the provision of Design and Construction Management Services for
Well Drilling ("Agreement") is made and entered in this 7th day of May, 2024 ("Effective Date"),
by and between the City of Redlands, a municipal corporation ("City") and Richard C. Slade &
Associates, LLC a California limited liability company ("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 1 — ENGAGEMENT OF CONSULTANT
1.1 City hereby engages Consultant to provide Design and Construction Management Services
for Well Drilling services for City (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,"
titled "Scope of Services," which is attached hereto and incorporated herein by this
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, any applicable State
prevailing wage laws.
ARTICLE 3 — RESPONSIBILITIES OF CITY
3.1 City designates John R. Harris, Municipal Utilities and Engineering Department Director,
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," titled "Project Schedule," which is
attached hereto and incorporated herein by reference.
4.2 Consultant shall complete the Services by June 30, 2026, unless the Services are terminated
earlier as provided for herein.
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
4.3 If Consultant's Services include deliverable electronic visual presentation materials, such
materials shall be delivered in a form, and made available to 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 Compensation: Total compensation for the Consultant's performance of the Services shall
not exceed the amount of Two Hundred Ninety Thousand Dollars ($290,000). City shall
pay Consultant on a time and materials basis up to the not to exceed amount in accordance
with Exhibit "C," titled "Fee Schedule" which is attached hereto and incorporated herein
by 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 Services. City shall pay
Consultant no later than thirty (30) days after receipt and approval by City of Consultant's
invoice.
5.3 Any notice or other communication required, or which may be given, pursuant to this
Agreement, shall be in writing. Any such notice shall be deemed delivered (i) on the date
of delivery in person; (ii) five (5) days after deposit in first class registered mail, with return
receipt requested; (iii) on the actual delivery date if deposited with an overnight courier; or
(iv) on the date sent by facsimile or electronic mail transmission (including PDF), if
confirmed with a copy sent contemporaneously by first class, certified, registered or
express mail; in each case properly posted and fully prepaid to the appropriate address set
forth below, or such other address as a Party may provide notice in accordance with this
section:
CTTY:
City Clerk
City of Redlands
35 Cajon Street
P.O. Box 3005 (mailing)
Redlands, CA 92373
jdonaldson@cityofredlands.org
Phone: (909) 798-7531
CONSULTANT:
Richard C. Slade, President
Richard C. Slade & Associates, LLC
14051 Burbank Blvd., Ste. 300
Sherman Oaks, CA 91401
richard.slade@rcslade.com
Phone: (818) 506-0418
Fax: (818) 506-1343
ARTICLE 6 — INSURANCE AND INDEMNIFICATION
6.1 The following insurance coverage required by this Agreement shall be maintained by
Consultant for the duration of its performance of the Services. Consultant shall not perform
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
2
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
such insurance 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.
A. Workers' Compensation and Employer's Liability insurance in the amount that meets
statutory requirements with an insurance carrier acceptable to City, or certification to
City that Consultant is self -insured or exempt from the workers' compensation laws of
the State of California. Consultant shall execute and provide City with Exhibit "D,"
titled "Workers' Compensation Insurance Certification," which is attached hereto and
incorporated herein by this reference, prior to performance of the Services.
B. Comprehensive General Liability insurance with carriers acceptable to City in the
minimum amount 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.
C. 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.
D. 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.
E. Consultant is expressly prohibited from assigning or subcontracting any of the Services
without the prior written consent of City. In the event of mutual agreement by the
Parties to assign or subcontract a portion of the Services, Consultant shall add such
assignee or subcontractor as an additional insured to the insurance policies required
hereby and provide City with the insurance endorsements prior to any Services being
performed by the assignee or subcontractor.
6.2 Consultant shall defend, indemnify and hold harmless City and its elected and appointed
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 any negligent act or omission by, or the willful misconduct of, Consultant,
or its officers, employees and agents in performing the Services.
3
:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
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.
7.2 Consultant agrees it is not a designated employee within the meaning of the Political
Reform Act because Consultant:
A. Does not make a governmental decision whether to:
(i) approve a rate, rule or regulation, or adopt or enforce a City law;
(ii) issue, deny, suspend or revoke any City permit, license, application,
certification, approval, order or similar authorization or entitlement;
(iii) authorize City to enter into, modify or renew a contract;
(iv) grant 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) grant City approval to a plan, design, report, study or similar item;
(vi) adopt, or grant 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 perform 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 determines that Consultant must disclose its financial interests, Consultant
shall complete and file a Fair Political Practices Commission Form 700, Statement of
Economic Interests, with the City Clerk's 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. Any
assignment or attempted assignment without such prior written consent may, in the sole
discretion of City, result in City's immediate termination of this Agreement.
4
[:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
8.3 Consultant is for all purposes under this Agreement an independent contractor and shall
perform the Services as an independent contractor. Neither City nor any its agents shall
have control over the conduct of Consultant or Consultant's employees, except as herein
set forth. Consultant shall supply all 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 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.
8.4 This Agreement may be terminated by City, in its sole discretion, by providing not less
than five (5) days prior written notice to Consultant 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.
8.5 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.
8.6 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, any
amendment to this Agreement shall be in writing, approved by City and signed by City and
Consultant.
8.7 This Agreement shall be governed by and construed in accordance with the laws of the
State of California, without regard to its conflicts of laws provisions. The Parties agree that
all actions or proceedings arising in connection with this Agreement shall be tried and
litigated only in the state courts located in San Bernardino County, California, and the
federal courts located in Riverside County, California.
5
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
8.8 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 authorized repr-..enttives of City and Consultant have
signed in confirmation of this Agreement.
CITY OF
Bv:
ddie Tejeda, Mayor
ATTEST:
ne Donaldson, City Clerk
RICH; RD D & O 'IATES, LLC
Richard C. S`lade, President
6
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
EXHIBIT "A"
SCOPE OF SERVICES
The following Scope of Work details the tasks that the Consultant shall complete with respect to
preparing and completing the Design Services for Well Drilling.
This scope of work shall be completed within the schedule period listed in Exhibit "B."
Task 1 — Project Management & Kickoff Meeting
Subtask 1.1 - Kick-off Meeting. The Consultant shall attend an initial, in -person Kick-off
meeting with City staff and subconsulting staff. The basic purpose of this meeting shall be
to discuss and review the scope and approach of the project. During this meeting, the
Consultant and the City shall discuss and identify target project goals including, but not
limited to, the following:
• Obtain a basic understanding of the City's distribution system. The City shall
provide the Consultant with an overall understanding of the City's system,
including pressure areas, wells that feed certain portions of the system, wells that
require treatment at this time, etc.
• Discuss well production parameters and the City's expectations for the proposed
well.
• Identify key water quality parameter goals for a new well.
• List other factors that may be applicable to wellsite consideration. At the City's
discretion, this may include other factors outside of typical hydrogeologic or
logistical concern, including areas of "political" concern, if any.
• Discuss the available City -owned properties to include as part of the study. For the
purposes of this proposal, the Consultant shall assume the City has a maximum of
eight (8) candidate sites to evaluate.
• Discuss project timeline goals, data submission dates, and deliverable due dates.
• Set dates for future update meetings.
o Subtask 1.2 — Additional Meetings and Project Management. The Consultant shall assume
there will be a maximum of an additional seven (7) meetings, each of which is assumed to
be virtual. The Consultant shall participate in a few of these meetings on an as -needed
basis.
Project management tasks shall include data management and preservation, billing
preparation and support, creation of short-term schedules and upcoming work outlooks,
preparation/review of meeting agendas, and various other project management related
tasks. Monthly invoices shall be provided to help the City also monitor ongoing costs.
The Consultant shall be committed to providing direct, timely, and succinct project
management and coordination for this project. Project communications shall be primarily
through email correspondence. The Consultant's project management team shall be
performing the proposed work and shall not be substituted without the City's prior
7
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
approval. The Consultant's management team shall keep an updated budget and
expenditures record and shall notify the City when costs exceed 80% of the budgeted
amount per task.
Deliverables:
• Meeting Agenda
• Meeting Minutes
• Project Schedule
Task 2 — Water Well Feasibility Study & Well Site Ranking Matrix
The Consultant shall evaluate as many as eight (8) potential well sites in the subbasin; these
specific sites have not yet been identified but shall be provided by the City in coordination with
the Consultant. Initially, the City and the Consultant shall jointly review and discuss candidate
sites to include as part of the feasibility Study and well site matrix. This determination shall be
based on available properties, the general hydrogeology of the subbasin and other factors. A
"Sample Assessment Ranking Matrix" shall be provided. The results of Task 2 hydrogeologic
evaluation of the eight (8) potential well sites before determining which of the eight (8) sites in
Bunker Hill Subbasin shall be the one upon which the subsequent Task 4 "Preliminary Design
Report" is to be based.
As such, Task 2 work is described below.
o Subtask 2.1 — Development of Ranking/Evaluation Criteria. The Consultant shall provide
hydrogeologic analysis of the data and information generated to date and collaborate with
the City (via email or virtual meetings) with regard to evaluation of up to eight (8) potential
well sites for the future construction of a new municipal -supply well for the City. From
this assessment, the eight (8) potential sites shall be assessed based on anticipated
subsurface geologic/hydrogeologic conditions and water quality constraints for further
review and ranking using the evaluation criteria developed herein.
The Consultant shall develop an initial list of evaluation criteria for the City. The
Consultant shall attend a virtual meeting with City staff to finalize this list, following City
review of the list. The information generated during this subtask shall be used to help
finalize the selection of the most suitable well site for the City. Parameters to be used as
criteria to select a new well location could include, but will not be limited to:
• Estimated potential future well construction and performance details, including:
o pumping rate
o ability to meet the needs of the City's system
o water quality character (including estimated nitrate, fluoride, and possible
VOCS, possible PFAS, etc.)
• Logistical issues, such as:
o Size of site for the placement of drill rig equipment and accessories and for
storage of well construction materials.
8
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
o Proximity of site to residences, schools, etc. (for noise mitigation & safety
issues).
o The presence of above ground and below ground utilities (e.g., electrical,
water and sewer services) need to be identified. Particularly important will
be a source of water for drilling operations for the drilling and reaming of
the final well bore.
o Distance to possible fluid discharge locations required for well development
and well testing, including the distance to and capacity of a nearby storm
drain, if any.
o Proximity of former (or possibly still active) nearby water -supply wells
owned by others; any new well location must also not be within fifty (50)
feet minimum of any known former City -owned wells in the region (due,
for example, to lack of a sanitary seal and to sanding conditions in those
former City wells).
• Regulatory concerns
o Clearance for the fifty (50) feet protection (control) zone around the site
(per Division of Drinking Water regulations).
o Proximity to industrial areas and residences and associated sewer laterals
(if a site is located in such areas).
o Proximity to potentially contaminating activities (PCAs) and known
contaminant plumes.
o Subtask 2.2 — Well Site Reconnaissance Visits. The Consultant shall perform field
reconnaissance visits to each of the maximum eight (8) potential well sites. The candidate
well sites shall be arranged in order of priority, from most favorable to least favorable via
a ranking matrix. Criteria used in the matrix shall be those criteria developed and approved
jointly by the City in Subtask 2.1; the City shall review and approve the ranking matrix.
o Subtask 2.3 — Water Well Siting Document. The Consultant shall work promptly and
efficiently with the City staff to discuss the maximum eight (8) potential sites for the new
well. The final location of the new well shall be selected in Task 4.
Data and information obtained during the above tasks/subtasks along with review of the
substantial amount of previous hydrogeologic work in the Bunker Hill Subbasin, shall be
analyzed for local subsurface geologic and hydrogeologic conditions. The findings of this
hydrogeologic analysis shall be presented in the Water Well Feasibility Siting document.
The primary objectives of this hydrogeologic analysis are as follows:
• Discuss anticipated subsurface geologic conditions.
• Collect and review historical water quality data for City wells and other nearby
wells.
• Assess whether selecting other aquifers to be perforated in the new well might be
different than those perforated in existing nearby City wells, based on the review
of the historic water quality and water level data.
• Estimate groundwater flow directions.
• Identify the spatial extents of possible local and upgradient water quality issues,
9
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
• Identify known potential contaminating activities (PCAs).
• Evaluate potential water level drawdown interference between existing nearby
wells (and select other nearby municipal -supply wells owned and operated by
others) and the proposed new well, and vice versa.
• Assess possible flow rates from a new well relative to its location in the Bunker
Hill Subbasin.
• Identify logistical items at each of the maximum eight (8) potential well sites
• Possible distances from each potential site to existing water transmission pipelines;
nearby active or inactive (even abandoned) water wells; diameters of and distances
to the City's water distribution system.
• Provide a first order estimate of the cost to construct, equip, and connect a new well
at each of the maximum eight (8) potential well sites, exclusive of possible water
treatment and property acquisition.
The Consultant shall use the specific in-house knowledge and database in the matrix to
help assess the feasibility of each of the estimated eight (8) potential well sites.
The different criteria to be established for the site ranking matrix shall be provided to the
City in Draft form for comments before it is finalized. Thereafter, that matrix can be used
to help rank each of the eight (8) potential sites across the City.
Deliverables:
• Draft Ranking Matrix
• The document to be prepared for Task 2 shall be a detailed Technical Memorandum (TM),
with attendant figures, tables, and hydrographs, to help document the work (including the
ranking matrix). The TM shall provide a recommended timeline for well drilling and
construction activities, including estimated timelines for Preliminary Design Report
preparation, creation of Technical Specifications, and the monitoring of the drilling, design,
constructing, and testing of the new well. Approximate construction costs, based on the
Consultant's recent well experience on similar projects, shall also be included.
Task 3 — Utilities Research
The Consultant shall conduct research and obtain utility records from the City and other local
utility companies regarding the locations and currently proposed locations for utilities that may
impact or adversely affect the selection of a possible site for the City's new production well.
10
C\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
Task 4 — Preliminary Design Report (PDR)
The Consultant shall prepare the PDR for the new well that has been ranked first of the maximum
eight (8) potential well sites that were evaluated in Task 2. The site matrix criteria developed by
the Consultant and approved by the City in Task 2 shall be used. This PDR is needed before the
Task 5 environmental document (the IS-MND).
The preliminary design criteria that the Consultant shall provide in the PDR for the new well shall
include, but will not necessarily be limited to, the following:
• The anticipated extent and geologic nature of water -bearing and nonwater-bearing strata
beneath the final selected site.
• Information of nearby City wells pertaining to production, water quality, well construction,
and water levels.
• Preferred drilling method and sequence of drilling operations.
• A water supply source for "make-up" water needed during drilling.
• Dust suppression and possible noise mitigation methods (e.g. sound attenuation) to be used,
as needed.
• The approximate recommended depth of the pilot hole, which shall clearly depend on the
location of this final well site in the Subbasin.
• Anticipated diameter(s) for the pilot hole and borehole ream(s).
• Testing methods and sample analyses to be performed downhole in the pilot hole (including
isolated aquifer zone testing in the open pilot hole, and types of electric logs to be
performed).
• Type, diameter, and wall thickness of well casing(s) recommended for use.
• Recommended type and material for the casing perforations and their preliminary depth
settings.
• Anticipated gradations of the gravel (filter) pack.
• Anticipated footage lengths for the cement seal(s), gravel pack, and possible intra-annular
well seal.
• Mechanical, chemical, and pumping development criteria.
• Disposal options for fluids generated during well development and testing and treatment
of monitoring of discharge.
• Downwell surveying and testing methods following installation of the casing (alignment
surveys, spinner surveys, depth -specific sampling, and pumping tests).
• A listing of the permits needed during the project.
• Estimated range of costs of construction and testing of the new well.
Deliverables:
• A Draft copy of the Preliminary Design Report shall be provided to the City staff for
review. The Final PDR shall then be provided to the City.
11
I:\emo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
Task 5 — Environmental Study
The Consultant shall prepare an Initial Study -Mitigated Negative Declaration (IS-MND). Once the
project site is selected, the specific level of CEQA documentation shall be confirmed in
consultation with the City as CEQA lead agency and may include a Categorical Exemption (e.g.,
Class 32 — Infill Development Projects) or an Environmental Impact Report. If an alternative
CEQA approach becomes necessary, this scope and cost can be adjusted accordingly. In addition,
if during the course of preliminary research and technical analysis, it is determined through the
environmental review process that the project may result in significant and unavoidable
environmental impacts, the City shall be notified immediately to determine the necessary course
of action. The following sections describe the scope of work for each task involved in preparation
of an IS-MDN and supporting technical studies.
o Subtask 5.1 — Project Management and Meeting Attendance. The Consultant shall provide
overall project management and coordination for Task 5 work. Within five (5) days of
Notice to Proceed, the Consultant shall attend one (1), two (2) hour, in -person kickoff
meeting with the City to confirm project details, review the proposed deliverable schedule
for the project, share and discuss preliminary data requests, and establish a communication
protocol. It is anticipated that up to two (2) additional coordination with the City shall occur
to ensure regular communication and status updates.
• Deliverables: Meeting agenda and minutes for one (1) kickoff meeting and up to
two (2) coordination meetings.
• Assumptions:
o Project management shall be required over an approximately twelve (12)
month period, starting at Notice to Proceed.
o Subtask 5.2 — Consultation with City of Redlands on CEQA Approach. The decision on
the appropriate level of CEQA documentation for the project is ultimately the
responsibility of the City, as CEQA lead agency. Under this task, the Consultant shall
attend one (1) virtual meeting with the City, to confirm the appropriate level of CEQA
documentation.
• Deliverables: Meeting agenda and minutes for one (1) consultation meeting.
o Subtask 5.3 — Technical Studies. The Consultant anticipates a Cultural Resources
Assessment shall be necessary to support preparation of an IS-MND for the proposed
project. In addition, a Phase 1 Environmental Site Assessment (ESA) shall be included as
a task in accordance with the City's request in the RFP.
• Subtask 5.3.1 — Cultural Resources Assessment. The Consultant shall prepare a
Cultural Resources Assessment in support of the project's CEQA documentation,
which will include the following tasks:
1. California Historical Resources Information System Records Search.
The Consultant shall conduct a California Historical Resources Information
12
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-rns
System (CHRIS) records search of the project site and a 0.5-mile radius at
the South Central Coastal Information Center (SCCIC) located at California
State University, Fullerton. In addition to the resource records and reports,
an examination shall be made of historical maps, the National Register of
Historic Places, California Register of Historical Resources, the Built
Environment Resources Directory, the Archaeological Determinations of
Eligibility list, and the listing of California Historical Landmarks.
2. Native American Heritage Commission Sacred Lands File Request. On
behalf of the City, the Consultant shall contact the Native American
Heritage Commission (NAHC) to request a Sacred Lands File (SLF) search.
No outreach to Native Americans shall be completed as part of this task,
and this task does not constitute Native American consultation under
Assembly Bill 52 (AB 52), which is performed by the CEQA lead agency
(i.e., the City).
3. Cultural Resources Pedestrian Survey. Upon completion of the records
search, the Consultant shall conduct an archaeological pedestrian survey of
the project site using transects spaced at maximum intervals of fifteen (15)
meters over all exposed ground surface within the project site. Transect
accuracy shall be maintained through use of a hand-held global positioning
system (GPS) unit.
4. Cultural Resources Letter Report. Upon completion of the tasks outlined
above, the Consultants shall prepare a Cultural Resources Letter Report.
The report shall summarize the methods and results of the records search
and survey, as well as a review of historical topographic maps, aerial
photographs, and geologic and soils maps to provide an assessment of the
project site's development history and subsurface and archaeological
sensitivity. The report's findings shall include recommendations for
additional work or mitigation measures, if any are deemed necessary. Once
reviewed and approved by the City, a copy of the final report shall be
submitted to the SCCIC for their records.
o Deliverables: Draft and Final Cultural Resources Assessment Letter Report
o Assumptions:
• Direct expenses associated with the CHRIS records search shall not
exceed $1,200, and the results shall be obtained within eight (8) to
ten (10) weeks of notice -to -proceed.
■ If the record search results have schedule or budget ramifications, it
shall be communicated to the City in a timely manner to effectively
maintain the project schedule and allow the Consultant and the City
to manage project risk effectively.
• The NAHAC shall provide the SLF search results within eight (8)
to ten (10) weeks.
■ A map depicting the limits of the project site and permission to enter
this area shall be provided at notice -to -proceed.
13
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
• The cultural resources pedestrian survey shall be completed by one
(1) cultural resource specialist in one (1), eight (8) hour field day,
including travel time.
• No testing or excavation for cultural resources shall be conducted,
and no artifacts, samples, or specimens shall becollected during the
cultural resources pedestrian survey.
■ If ground visibility is limited (e.g. by landscaping) to the extent that
surficial archaeological deposits cannot be observed during the
pedestrian survey, additional studies may be required.
■ No cultural resources (including archaeological and historic -period
build environmental resources) that require recordation, updating,
or evaluation for California Register of Historical Resources
eligibility shall be identified within the project site during the
records search or pedestrian survey.
• Due to the sensitive nature of archaeological resource information,
cultural resources reports are typically considered confidential. The
Consultant assumes the technical report shall be considered
confidential and shall not be suitable for public review.
• Subtask 5.3.2 — Phase 1 Environmental Site Assessment. The Consultant shall
perform a Phase I Environmental Site Assessment (ESA) to identify potential
impacts from hazardous materials and wastes associated with the project. This
study shall include an examination of potential hazards associated with the existing
site that may affect the proposed project. The Phase I ESA shall include a site
reconnaissance, environmental database search, regulatory records review,
interviews with property owners (as available) and regulatory agencies, and
historical records review to identify areas of past industrial or hazardous material
land uses on site or in the vicinity. Specific information regarding Cortese sites,
landfills, hazardous material pipelines, per- and polyfluoroalkyl substances
(PFAS), and California Geologic Energy Management Division oil well records
shall be included.
o Deliverables: Draft and Final Phase 1 ESA
o Assumptions:
■ The site reconnaissance visit can be completed by a single staff
person in three (3) hours, inclusive of travel time.
• Up to four (4) on-site/adjacent/nearby release sites shall be
identified during the historical records and environmental database
search.
• The City shall obtain and/or grant legal site access within two (2)
weeks (10 business days) of notice to proceed. The City shall
transmit interview questionnaires to the current site owner or a
designated representative of the site owner and/or
operators/occupants (as identified by the City) on behalf of the
Consultant. The City shall return completed User and Owner
questionnaires and provide environmental lien and title reports for
14
L\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
the Consultant's review, within two (2) weeks (10 business days) of
project authorization. If documents are submitted for review after
three (3) weeks (15 business days) of authorization, additional time
and materials fees will apply to revise and re -review the Phase I ESA
report.
■ This scope of work does not include in -person file reviews by the
Consultant.
o Subtask 5.4 — Initial Study -Mitigated Negative Declaration.
• Subtask 5.4.1 — Administrative Draft IS-MND. The Consultant shall prepare an
Administrative Draft (internal review) IS-MND for the proposed project.
The Administrative Draft IS-MND shall discuss existing conditions, thresholds of
significance for CEQA, methodology for impact assessments, project -specific
impacts and mitigation measures, cumulative impacts, and residual impacts for the
proposed project. The focus of the analysis shall be to avoid or minimize potential
impacts and to propose appropriate mitigation where potential impacts may occur.
The IS-MND shall incorporate the results of the technical studies prepared under
Task 5.3 as well as other project studies provided by the Consultant, and additional
information shall be gathered from the various online databases and other
documents on file with the City and other agencies. Furthermore, the Consultant
shall conduct a biological resources reconnaissance survey, a paleontological
resources records search with the San Bernardino County Museum, and two (2)
short-term (15-minute) noise measurements and one (1) long-term (24-hour) noise
measurement to characterize existing ambient noise within the project area.
o Deliverables: Draft and Final Project Description, and Administrative Draft
IS-MND.
o Assumptions:
• Long-term operational air quality and greenhouse gas emissions
shall be discussed qualitatively because anticipated project
components would result in negligible long-term emissions.
• The biological resources reconnaissance survey shall be completed
by a single biologist in a single, eight (8) hour field day, inclusive
of travel time.
■ No protected trees will be located on site, and the identification and
evaluation of protected trees, pursuant to Redlands Municipal Code
Chapter 12.52, by a certified arborist will not be necessary.
■ No special -status species or sensitive biological resources will be
present on the project site.
■ The direct cost associated with the paleontological resources records
search shall not exceed $360. No fossils shall be identified on the
project site by the literature search and records review, and no
paleontological field survey shall be conducted.
15
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.doex-rns
• Supporting hydrogeologic analysis to provide substantial evidence
in support of the findings of the IS-MND with regard to project
impacts to groundwater supplies and sustainable groundwater
management shall be provided by the Consultant as part of the well
siting evaluation. No additional hydrogeologic analysis shall be
conducted by the Consultant.
■ The transportation analysis for the IS-MND shall utilize
construction traffic estimates provided by the Consultant along with
standard construction traffic control measures. Additional traffic
modeling shall not be conducted as part of this scope of work.
• Subtask 5.4.2 - Public Review Draft IS-MND. The Consultant shall respond to
comments from the City on the Administrative Draft IS-MND and incorporate
revisions as needed. For the purposes of CEQA, the Consultant shall also prepare a
Notice of Intent (NOI) to Adopt the MND for submittal to the San Bernardino
County Clerk and State Clearinghouse, as well as a Notice of Completion and
Summary Form for submittal to the State Clearinghouse. The Consultant shall also
provide an electronic version (PDF) of the Public Review Draft IS-MND for
posting on the City's website and with the State Clearinghouse. The Consultant
shall file the NOI with the San Bernardino County Clerk and State Clearinghouse.
If needed, the Consultant shall also assist in developing a mailing list for the City
to use in distributing the NOI to responsible/trustee agencies and interested parties.
o Deliverables: Public Review Draft IS-MND, NOI, Notice of Completion,
and Summary Form
o Assumptions:
• The City shall be responsible for completing the public noticing
procedures described in CEQA Guidelines Section 15072(b).
• Subtask 5.4.3 - Responses to Comments and Final IS-MND. Upon receipt of public
comments on the Draft IS-MND, the Consultant shall prepare and submit an
electronic copy of the draft responses to comments for review by the City, including
any added or substantially revised sections of the Draft IS-MND that may be
necessary. The Final IS-MND shall also include a mitigation monitoring and
reporting program (MMRP) in accordance with the City's requirements. The
MMRP shall be provided in an easily digestible format. The Consultant shall
provide an electronic version (PDF) of the Final IS-MND.
The Consultant shall complete a Notice of Determination (NOD) form for filing
with the San Bernardino County Clerk and State Clearinghouse. Following
adoption of the IS-MND and project approval, the Consultant shall file the NOD
with the State Clearinghouse. FIowever, because of the need for original signatures
and the inclusion of filing fees, it is assumed the City will be responsible for filing
the NOD with the San Bernardino County Clerk along with the required filing fees
with guidance from the Consultant.
16
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
o Deliverables: Administrative Final and Final IS-MND, including
Responses to Comments, MMRP, and NOD
o Assumptions:
■ The City shall be responsible for filing the NOD with the San
Bernardino County Clerk and for payment of the associated filing
fees.
• Subtask 5.4.4 — Public Hearing. If desired by the City, the Consultant shall attend
one (1) public hearing for the proposed project to answer questions related to the
CEQA process.
o Assumptions:
• No presentation materials shall be prepared by the Consultant for
the public hearing.
• The public hearing shall be held in -person at a location in Redlands
and shall not exceed three (3) hours in length.
• Subtask 5.4.5 — AB 52 Consultation Assistance. Under AB 52, the City, as CEQA
lead agency, is required to begin consultation with California Native American
tribes that are traditionally and culturally affiliated with the project area prior to the
release of an IS-MND. the Consultant shall assist the City with consultation under
AB 52 by providing the City with letter templates, checklists, and detailed
instructions to facilitate meaningful consultation with interested Native American
groups can be completed in accordance with AB 52.
o Deliverables: AB 52 Consultation Assistance Package.
o Assumptions:
■ Costs for mailings, outreach, or additional consultation by the
Consultant are not included in this scope of work.
• Attendance at meetings with interested tribes is not included in this
scope of work.
Task 6 — Plans, Technical Specifications, & Construction Cost Estimate (PS&E)
o Subtask 6.1 — Technical Specifications. For this task, the Consultant shall prepare one (1)
set of Technical Specifications (and appropriate bid sheets and drawings) for the drilling,
development, construction, and testing of the new well.
These Technical Specifications (Le., the PS&E) for the new well shall provide the technical
requirements for the following well construction issues for the proposed well:
• Site preparation activities (clearing, grubbing, grading).
• Drilling/construction method for the well and drilling fluids control parameters and
methods, along with parameters for plumbness and alignment of the pilot hole and
final reamed borehole.
• Types and materials for sound attenuation for noise mitigation, if necessary.
• The pilot hole drilling depth.
17
L\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
• Details for performing isolated aquifer zone testing in three (3) selected zones.
• Depth(s) and diameter(s) of borehole ream(s).
• Casing material types, casing diameters and casing depths.
• The type and size of casing perforations and lengths of such casing.
• The depth(s) of possible deep cement annular sanitary seal(s) or aquifer seals.
• The anticipated gravel pack gradation and depth placement.
• Mechanical, chemical and pumping development criteria.
• Water quality sampling and analysis for isolated aquifer zone testing and for the
Final wellblend water quality samples.
• NPDES permit requirements, sampling, analysis, treatment, and compliance
measures.
• Step drawdown test and constant rate pumping test details.
• Criteria and equipment for the final dynamic and static spinner surveys and depth
discrete sampling in the newly -constructed well.
• Final video survey, alignment survey and completion of the wellhead.
• Selection of casing materials, borehole and casing diameters, required noise
mitigation measures, onsite treatment and/or disposal of drilling fluids for the
construction of the proposed well and other aspects of the construction project will
be specifically tailored to the final site selected for the new well.
o Subtask 6,2 — Estimate of Probable Construction Costs. The Consultant shall prepare a
detailed estimate for the probable cost of the drilling, construction, and testing (PS&E) of
the new proposed well, exclusive of the permanent pump, the wellhead, pipelines,
aboveground appurtenances, and property acquisition (if needed).
Deliverables:
• The PS&E, including illustrations/plans, shall include a Draft in electronic format for City
review; finalization of the PS&E, after inputting possible City comments, and preparing
the Consultant's independent detailed Estimate of the Probable Cost of Construction for
the new well on a line -item basis.
Task 7 — Drinking Water Source Assessment and Protection Document (DWSAP)
The work shall consist of preparing a Drinking Water Source Assessment and Protection
(DWSAP) document for the new well, in accordance with the Division of Drinking Water (DDW)
requirements for well permitting. It is assumed that only a "standard" DWSAP assessment shall
be required, and not require a "Process Memo 97-005" analysis for contaminated sites. The work
necessary to complete the DWSAP report shall consist of the following tasks:
o Subtask 7.1 - Collect and Review Data. This task shall entail conducting research and
review of available data with regard to contaminant sources/plumes in the area surrounding
the selected well site.
In addition, the Consultant shall use water quality data collected via the final wellblend
from the new well at the end of its final testing; a summary of that data shall be included
in the DWSAP work.
18
I:\crno\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
o Subtask 7.2 - Data Analysis/Capture Zone. The Consultant shall conduct a basic capture
zone analysis of the future pumping of the well to determine the possible impact of the
pumping of the well on groundwater in the vicinity of the well site.
o Subtask 7.3 - Preparation of DWSAP Report. After conducting review and analysis of the
available data, the Consultant shall assess the vulnerability of the new well to currently
known potential sources of contamination to determine their vulnerability ranking based
on the DWSAP program. The Consultant shall include in the DWSAP report the following
items:
1. An inventory of potential contaminating activities (PCAs) in the region of the well.
2. An analysis of the vulnerability of these drinking water sources to contamination.
3. Preparation of a capture zone map for the well (based on the calculation performed
in Subtask 7.2).
4. Compilation of the results of the assessment and a summary for the groundwater
source(s) at the site.
Deliverables:
• Once completed, the Consultant shall submit an electronic copy of the Draft DWSAP
Report to the City for review. Following receipt of possible comments, the Consultant shall
provide the City with the final DWSAP document for the new well for submittal to DDW.
• The Consultant shall prepare portions of the DWSAP report that discuss treatment
planning, technologies, etc.
Task 8 — Pre -Bid Meeting & Permit Assistance
The Consultant shall attend and provide support to the pre -bid meeting with potential drilling
contractors and the City. The Consultant shall promptly provide pre -bid clarifications and/or
addenda, to possible items in the Technical Specifications or Bid Sheets. The Consultant shall also
assist in the review of contractor bids for well construction received by the City.
Once the basic well design parameters such as depth, casing material, etc. have been established,
the County drilling permit application shall be completed and submitted for processing. A
preliminary technical report by the City may be required six (6) months prior to water well
construction as a component of the DDW well operation permit (California Health and Safety
Code (CHSC), Section 116527). The Consultant shall prepare supporting documents to assist the
City in the preparation of this permit prior to the six (6) month report deadline.
The Consultant shall assist in obtaining or preparing for permitting support include:
• Well chlorination/data sheets
• DWR Well Completion Report (WCR)
• Pumping development and aquifer testing data
• Chemical and bacteriological water quality analyses
19
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
• Single discharge event monitoring forms prepared for NPDES compliance (by the
Contractor)
The Consultant shall assist in obtaining the permits, as follows:
• To drill the new well, the drilling contractor needs to apply to San Bernardino County
Environmental Health Services to obtain the drilling permit. The Consultant shall provide
information from the PDR to the driller to identify the final site, the drilling method, and
the anticipated pilot hole depth.
• The City shall have a viable NPDES permit from the local RWQCB office to allow
discharges from the drilling and construction of the new well. The Consultant shall provide
the City and/or the RWQCB with the timing of and the approximate durations and volumes
of discharge during the drilling, zone testing, well development, and final pumping test
operations for the new well.
• The Consultant shall provide assistance with any possible permits from the San Bernardino
County Flood Control District and/or the San Bernardino Valley Water Conservation
District for the drilling, construction, and testing of the new well.
As a result of the currently changing DDW practices for new wells, the Consultant shall conduct
the following:
o Subtask 8.1 — Attend three (3) meetings with DDW. The Consultant shall attend as many
as three (3) meetings with the City and DDW: one (1) during the water well feasibility
work (Task 2); one (1) during the PDR work (Task 4); and the third during the PS&E work
(Task 6).
Any additional in -person or virtual meetings between the Consultant and the City with
DDW shall be performed by the Consultant on a time and expense basis.
Task 9 — Bidding Assistance
This task shall be performed immediately after the City has received the detailed bids from the
responsive drilling contractors for construction of the new well. Bidding assistance shall include
detailed review of each bid received and one (1) virtual meeting with the City to discuss the bids
and the review of bids by RCS
20
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
Task 10 — Construction Monitoring Services
o Subtask 10.1 — Pre -Construction Meeting. Following the award of construction to the
drilling contractor by the City, the Consultant shall prepare for and attend the pre -
construction meeting with that contractor and the City. The Consultant shall also review
information provided by the contractor.
At this pre -construction meeting, key items to be discussed shall be issues in the Technical
Specifications and review the Contractor -proposed mobilization and scheduling of
personnel and equipment to the site.
Other items to be performed by the Consultant for Task 10.1 includes: respond to questions;
review of Contractor submittals; review of any requests for information submitted by the
Contractor; assess possible change orders during the work; and review/comment upon the
project schedule submitted by the Contractor.
o Subtask 10.2 — Conductor Casing and Rig Mobilization. The Consultant shall observe the
installation of the conductor casing into its borehole; log the drill cuttings collected by the
driller; and maintain telephone coordination with the driller during drill rig mobilization,
drilling of the conductor casing, and the possible installation of sound barrier walls.
Installation of the cement seal shall be observed by the San Bernardino County Division
of Environmental Health Services inspector, who is to be contacted to inspect by the
drilling company prior to pumping that cement seal into place.
o Subtask 10.3 — Geologic Logging of Pilot Hole. During drilling, the Consultant shall be
present on a part-time basis to geologically log the cuttings (formation samples) collected
by the driller. The Consultant shall be available to discuss drilling conditions and the results
of in -progress geologic logging with City personnel; frequent emails will also be provided.
o Subtask 10.4 — Downhole Geophysical Survey Log Analysis. The Consultant shall observe
and review the downhole geophysical surveys (i.e., electric logs) of the pilot borehole at
the drill site. The Consultant shall review and compare data from nearby geophysical logs
(and the temperature log), along with the geologic log, to help select specific depth zones
for as many as three (3) isolated aquifer zone tests in the open borehole.
o Subtask 10.5 — Isolated Aquifer Zone Testing (If Performed). The Consultant shall observe
downhole isolated aquifer zone testing of groundwater in three (3) selected aquifers in the
pilot hole at the drill site. The Consultant shall select specific depth zones on the basis of
review and analysis of drill cuttings, the new E-log, other E-logs for wells and test holes
drilled in the Subbasin for the City, and other subsurface data compiled by the Consultant
for the Subbasin.
The Consultant shall be present during the latter stages of zone development during
temporary pumping with a submersible pump to collect samples for water quality testing.
During pumping, the Consultant shall observe/monitor the following field parameters in
each test zone:
21
I:\crno\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
• Temperature
• pH
• Electrical conductivity (EC)
• Turbidity
• Possible odors
• Static water levels
• Pumping water levels
• Pumping rates
• Calculations of possible specific capacity values
The Consultant shall obtain representative groundwater samples for water quality analysis
from the collected samples.
o Subtask 10.6 — Final Well Design Memorandum, Monitor Borehole Ream(s) and Caliper
Survey. The Consultant shall communicate in -progress findings to the City and prepare a
DRAFT of the Final Construction Design Memorandum for the new well. A Draft of the
Final Well Design Memorandum shall be submitted the City for review. Following receipt
of any City comments, the Consultant shall prepare the Final Design Memorandum and
submit it to the City and the driller. This Final Well Design Memorandum shall provide
the Final recommendations for the following elements:
• Casing lengths and diameters.
• Type and depths of the perforations.
• Perforation sizes (slot sizes).
• Accessory tubing.
• The type and gradation of the gravel pack, based on testing of actual samples of
selected drill cuttings.
• Depth of the cement seal(s) and bottom -hole seal (if needed).
• Recommended depth of the test pump intake for pumping development and final
well testing.
Also, during this task, the Consultant shall maintain telephone communication with the
driller during the final reaming of the borehole at the well site and shall make one (1) site
visit to check on reaming operations. When reaming operations have been completed, the
Consultant shall review the results of the caliper survey of the final reamed borehole at the
well site to help verify the appropriate depths and diameters for the ream have been
attained.
• Deliverables: The Consultant shall provide the City with a Draft for review and
then a Final Well Design Memorandum. The Memorandum, including requisite
drawings, tables, and appendices, shall be provided to the City and the driller.
o Subtask 10.7 — Casing, Gravel Pack and Cement Seal Installation. The Consultant shall be
present on a full-time basis to monitor, record and check for Contractor compliance with
22
C\cmo\Agreements\Richard C. Slade & Associates, LLC f Y23-0070.docx-rns
the final well design during the installation of the recommended well blank and perforated
casing, gravel pack, and cement seal for the initial well.
During casing installation, the Consultant shall spot check the slot width of the casing
perforations, observe and record the lengths of the blank and perforated casing being
installed, and observe and record the type and amount of gravel pack and cement being
emplaced downhole.
o Subtask 10.8 — Well Development (Mechanical and Chemical Methods). The Consultant
shall monitor well development by mechanical and chemical methods for the new well.
The Consultant shall spot check Contractor compliance with NPDES discharge
requirements, and other discharge requirements as necessary.
o Subtask 10.9 — Well Development (Pumping Methods). The Consultant shall be present on
a part-time basis to monitor well development of pumping methods. The Consultant shall
also be present during start-up of pumping development and at other occasional time
intervals to spot-check the progress of this pumping development.
o Subtask 10.10 — Step Drawdown Testing. Following the development of the new well by
chemical/mechanical methods, the Consultant shall install a pressure transducer and
monitor step drawdown testing at the new well site.
o Subtask 10.11 — Constant Rate Pumping Test. The Consultant shall provide a geologist, on
a part-time basis, in order to monitor water level drawdown and recovery after the final
constant rate pumping test (aquifer test).
Field water quality values of pH, EC, temperature, and turbidity of the well discharge shall
be obtained by the Consultant during both of the pumping tests. Water samples of the final
wellblend from the new well shall be collected near the end of the constant rate test and
delivered to a UWCD-approved laboratory for water quality analysis.
At the end of aquifer testing, the Consultant shall require the Contractor to perform a
"dynamic" flow meter (spinner) survey of the well to help identify the current flow regime
of the various perforated zones in the new well. In addition, the Consultant shall be present
to collect depth -specific samples and a complete suite of Title 22 analysis, and the drilling
Contractor will transport and have the samples analyzed at a State -Certified testing
laboratory (which shall be required by the Technical Specifications).
o Subtask 10.12 — Casing Alignment Testing, Video Survey, Static Spinner Survey, and Well
Disinfection. The Consultant shall be present to observe a gyroscopic survey for the
alignment/plumbness testing of the well casing, a video survey, and a static spinner survey.
o Subtask 10.13 — Recommended Pumping Rate and Pump Depth Setting Memorandum.
Based on the step drawdown and constant rate pumping test data, the Consultant shall
promptly provide a Memorandum to discuss static and pumping water levels, and the
current specific capacity for the new well. The Memorandum shall also provide
23
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
recommendations to the City for the final operational pumping rate and pump depth setting
for the permanent pump; these parameters shall include factors for anticipated declines in
specific capacity over time and anticipated seasonal variations in water levels.
• Deliverables: The Consultant shall provide the City with a Draft for review and
then a Final Recommended Pumping Rate and Pump Depth Setting Memorandum
for a new permanent pump for the well. The memorandum, including all drawings,
tables, and appendices, shall be provided to the City.
o Subtask 10.14 — Preparation of Summary of Well Construction Operations Report. A
Summary of Well Construction Operations Report shall be prepared to help document the
drilling, construction, testing activities, and materials used during the construction.
This report shall include the following items:
• A basic chronology of well construction and testing.
• Description of earth materials encountered during drilling, including a copy of the
geologic log.
• Copies of all geophysical logs, including caliper and spinner surveys.
• Results of sieve analysis, including plots of grain size curves.
• Table of well construction materials and depths.
• As -built well design drawings.
• Field water quality results, water levels and discharge rates during zone testing and
constant rate discharge tests.
• Analytical reports showing water quality results for isolated aquifer zone testing
and the final wellblend sample.
• Well development logs from the drilling contractor.
• Pumping test data for the step drawdown test, constant rate test and water level
recovery measurements.
• Analysis of pumping test data, including well performance and plots of drawdown
relationships as a function of flow rate and time.
• Evaluation of the spinner log data and depth specific water quality sampling under
pumping conditions.
• Plumbness and alignment data.
• Other pertinent data relating to materials used.
• Conclusions and recommendations for basic operational use.
• Deliverables: The Consultant shall provide the City with a Draft for review (without
all supporting appendices) and then a Final Summary of Well Construction
Operations Report. The report, including all drawings, tables, and appendices, shall
be provided to the City.
o Subtask 10.15 —Task-Specific Project Management Services. The Consultant shall provide
frequent project emails and overall weekly project management services to help keep City
staff informed of events and details during each Subtask of well construction.
24
L\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
These project management services shall include:
• Provide weekly status/update reports to City staff during the construction of the
well. In addition, the Consultant shall keep the City informed, via email or
telephone, of events on a semi -daily basis during construction activities.
• Conduct two (2) virtual meetings with City staff during the project.
• Assist City with Request for Information (RFIs) from the Contractor during the
well construction process.
• Review of Contractor submittals for materials to be used in the well construction
process.
• Evaluate possible change orders from the drilling contractor, if any, and provide
recommendations to the City to approve/disapprove these requests, as applicable.
• Review of progress billings submitted by the Contractor in order to check that the
drilling contractor has provided the City with an accurate accounting and billing for
time and materials used in conducting work associated with the drilling,
installation, and testing of the new well.
• Provide a final "punch list" at the end of construction activities to identify
construction deficiencies, if any, and to help resolve those deficiencies between the
Contractor and the City.
25
L\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
EXHIBIT "B"
PROJECT SCHEDULE
Task Item
Nos.
May 7.2024 -->
Weeks
SubtaskiMilestone
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
211141
Task 1
Kickoff Meeting
Task 2
Well Feasibility & Matrix
July 8. 2024 --=
Task 3
Utilites Research
11
1.
Task 4
Preliminary Design Report
Aug 5. 2024 -->
11
Task 5
Environmental Study (IS-MND
F, l; -i; 202 >
Task 6
Technical Specification
Sep 2, 2024 -->
I 1
Task 7
DWSAP
Sep
30, 2024-->H i
1
_ 2
3
4
5
_6
7
8
9
10
11
12.13
14
15
16
17
18
19
20
21, 411
26
I:\cmo\Agreements\Richard C. Slade & Associates. LLC FY23-0070.docx-ms
EXHIBIT "C"
FEE SCHEDULE
[Attached]
27
L\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms
EXHIBIT "D"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
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 by one or more insurers 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.
CHECK ONE
VI 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 and activities required or permitted under this
Agreement. (Labor Code § 1861).
I affirm that at all times, in performing the work and activities required or permitted under
this Agreement, I shall not employ any person in any manner such that I become subject to the
workers' compensation laws of California. However, at any time, if I employ any person such that
I become subject to the workers' compensation laws of California, immediately I shall provide the
City with a certificate of consent to self -insure, or a certification of workers' compensation
insurance.
I certify under penalty of perjury under the laws of the State of California that the information and
representa;'ons made in t certificate are true and correct.
RICH SSOCIATES, LLC
By ! ��� /'�" Date:
'chard C. Slade, President
28
I:\cmo\Agreements\Richard C. Slade & Associates, LLC FY23-0070.docx-ms