Loading...
HomeMy WebLinkAboutContracts & Agreements_170-2025AGREEMENT TO PERFORM PROFESSIONAL SERVICES This agreement for the provision of Landfill Leachate Environmental Site Assessment at the Wastewater Treatment Plant ("Agreement") is made and entered in this 2nd day of September, 2025 (`'Effective Date"), by and between the City of Redlands, a municipal corporation ("City") and Rincon Consultants, Inc, a California corporation ("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 Landfill Leachate Environmental Site Assessment at the Wastewater Treatment Plant 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 The term of this Agreement shall be for a period of eighteen (18) months commencing as of the Effective Date, unless terminated earlier as provided herein. I:1cmolAgrmmentslRincon Consultants, Inc. (Landfill Leachate Environmental Site Assessment) FY2526-016.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 Total'compensation for Consultant's performance of the Services shall not exceed the amount of Three Hundred Sixty-nine Thousand Seven Hundred Fifty Dollars ($369,750). 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: CITY: City Clerk City of Redlands 35 Cajon Street P.O. Box 3005 (mailing) Redlands, CA 92373 jdonaldson@cityofredlands.org Phone:(909) 798-7531 CONSULTANT: Ryan Thacher, Director Rincon Consultants, Inc. 1980 Orange Tree Lane, Suite 105 Redlands, CA 92374 , rthacher@rinconconsultants.com Phone: (831) 566-3081 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 such insurance prior to commencement of the Services. Insurance policies shall include a [Acmo\AgrcemcntslRincon Consultants, Inc. (Landfill Leachate Environmental Site Assessment) FY2526-016.doex-ms 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. 1:\cm0Agreements\Rincon Consultants, Inc. (Landfill Leachate Environmental Site Assessment) FY2526-016.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 hi 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. I:\cmo\AgesmenlsMncon Consultants, Inc. (Landfill Leachate Environmental Site Assessment) PY2526.016.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 ClcmolAgreementMneon Consultants, Inc. (Landfill Leachate Environmental Site Assessment) FY2526-016.doex-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 representatives of City and Consultant have signed in confirmation of this Agreement. CITY OF REDLANDS By. ,, Mario Sauce o, Mayor ATTEST: e Donaldson, City Clerk RINCON CONSULTANTS, INC. By: a" f/t_OI(? yan thacher,tirector 6 I XemolAgreementslitincon Consuitants, Inc. (Landfill Leachate Environmental Site Assessment) FY2526-016.docx-ms EXHIBIT "A" SCOPE OF SERVICES Task 1 Pre -Field Activities Task 1.1 Work Plan Finalization and Coordination with SARWQCB Revisions to the Work Plan and several meetings with the City of Redlands (City) and Santa Ana Regional Water Quality Control Board (SA RWQCB) were conducted following completion of the prior scope of work. These costs incurred as part of the previous Project phases will be included in the budget to cover these completed activities, in accordance with discussions between Rincon and the City of Redlands. Task 1.2 Boring Mark -Outs and Utility Notification Consultant will pre -mark the proposed soil sample locations and groundwater monitoring well locations with white flags and white spray paint and will notify Underground Service Alert (USA) utility marking service (DigAlert) prior to performing soil and groundwater sampling. California law requires this notification no less than 48 hours prior to drilling, not including the date of notification or public holidays. In addition, the City will provide any information they have regarding underground utilities in the project vicinity. Task 1.3 Permitting Consultant will obtain permits from the San Bernardino County Department of Public Health and Environmental Health Services (County) for well installation. Task 1.4 Geophysical Survey (Optional) A geophysical survey may be conducted prior to installation of the proposed groundwater monitoring well to confirm that no subsurface features will be encountered during well boring activities. Task 1.5 Pre -Field Coordination Prior to implementing the field activities described in Task 2, Consultant will hold one internal pre -field meeting with project management and field staff to review the scope of work. This task also includes Consultant's labor to prepare for field activities. Task 2 Soil Sampling within the Discharge Area Task 2.1 Discharge Area Soil Sampling Two soil borings will be advanced to a total depth of 50 feet below.ground surface (bgs) and four shallow soil borings will be advanced to a total depth of 5-feet bgs within the sludge drying bed. Deep soil samples will be collected at 0.5, 2, 5, 10, 20, 30, 40, and 50 feet bgs (i.e., 16 total samples) and observed geologic conditions will be logged. Samples will be collected from 0.5, 2, and 5-feet bgs at each of the shallow soil sampling locations (i.e., 12 total shallow soil samples). A total of three field duplicate samples will be collected. I:\cmo\Agreements\Rincon Consultants, Inc. (Landfill Leachate Enviromnental Site Assessment) FY2526-016.docx-ms Soil samples will be collected using United States Environmental Protection Agency (EPA) Method 5035, placed into volatile organic analysis glass vials, and submitted to the analytical laboratory to be analyzed for VOCs. All other soil samples will be placed in the laboratory supplied sampling containers specific to the requested laboratory analytical method, as described in the revised Work Plan. The soil boring locations will be recorded using a portable GPS receiver capable of submeter accuracy. Task 2.2 Discharge Area Soil Sampling Laboratory Analytical The soil samples collected from the sludge drying bed (i.e., 28 total soil samples plus three field blank samples) will be analyzed for the following constituents: • Title 22 Metals by EPA Method 6010B/7470A/7471A • Volatile organic compounds (VOCs) by EPA Method 8260E • Semi -volatile organic compounds (SVOCs) by EPA Method 8270C • Chlorinated pesticides by EPA Method 8081 • Total petroleum hydrocarbons (full carbon chain) by EPA Method 8015E • Chlorinated herbicides by EPA Method 8151 • Perchlorate by EPA Method 314.0 • Per- and polyfluoroalkyl substances (PFAS) by Department of Defense (DoD) Quality Systems Manual (QSM) Version 5.1 or later. Task 3 Groundwater Monitoring Well Installation, Sampling, and Laboratory Analytical Task 3.1 Drilling Oversight In accordance with the revised Work Plan, Consultant proposes to oversee the installation of a total of one groundwater monitoring well at the Wastewater Treatment Plant (WWTP) adjacent to the sludge drying bed (MW-01). The groundwater monitoring well will be installed using a sonic drill rig to an estimated target total depth of 250 feet below grade. If a sonic drill rig is not available when subsurface investigation activities are scheduled, an air rotary casing hammer (ARCH) drill rig may be used. In this case, continuous coring will not be conducted A 4-inch diameter Schedule 80 polyvinyl chloride (PVC) well will be installed in the borehole; the bottom 30 foot well screen will be slotted Schedule 80 PVC pipe, with 0.010-inch slots, and solid Schedule 80 PVC pipe (riser) will be placed from the top of the well screen to the land surface. The annulus between the groundwater monitoring well and the borehole will be backfilled with Monterey No. 3 sand from the total borehole depth to 5 feet above the top of the well screen. A 3-foot thick (minimum) hydrated bentonite seal will be installed above the sand pack. Hydrated bentonite grout will be installed from the top of the bentonite seal of the shallow sand zone filter pack to 2 feet below grade. Concrete will be placed from 0 to 2 feet below grade. A traffic -rated vault will be installed around the groundwater monitoring well and completed at grade. A locking cap will be placed on top of the PVC riser at grade and a bottom PVC cap will either be screwed on or secured with stainless steel screws for each groundwater monitoring well. Construction details will be evaluated during well boring activities and the final well construction information will be presented in the assessment report. IdcmolAgrreementAllincon Consultants, Inc. (Landfill Leachate Environmental Site Assessment) FY2526.016.docx-ms Following installation of the groundwater monitoring well, well development activities will be conducted. Well development activities will be initiated at least 48 hours'after groundwater monitoring well installation. The monitoring well will be developed by pumping, surging, and bailing until sediments in the bottom of the groundwater monitoring well are removed, the extracted water becomes clear. The groundwater monitoring well will be developed until water quality parameters (i.e.,pH, temperature, conductivity, and turbidity) stabilize. The water quality field parameters will be collected and recorded throughout the development process. Task 3,2 Laboratory Analytical of Groundwater Installation Soil Sampling Soil samples will be collected at 100, 150, 200, and 250 feet bgs during the boring activities associated with the installation of the groundwater monitoring well at MW-01. Consultant estimates that the soil samples collected (four total soil samples) will be analyzed for the COCs listed in Task 2.2. Task 3.3 Well Surveying The newly installed groundwater monitoring well will be surveyed by a State of California Licensed Land Surveyor. The elevation and the latitude and longitude of the top of well casing will be surveyed for the groundwater monitoring well. Task 3.4 Groundwater Sampling The newly installed monitoring well will be developed prior to groundwater sampling. A minimum of 3 days following well development, one groundwater sample will be collected from the newly installed groundwater monitoring well (i.e, MW-01). In addition, two of the existing wells will be sampled including one upgradient well (i.e., B- 1C) and one downgradient well (i.e., B-4R). In addition, one groundwater duplicate sample will be collected from the groundwater monitoring well MW-01.One equipment blank sample will be collected by pumping PFAS-free water through the sampling pump prior to collection of the groundwater samples from MW-01. Prior to groundwater sampling, a PFAS free dedicated pump will be installed at the groundwater monitoring well. Groundwater sampling will be conducted using a bladder pump equipped with high density tubing. New tubing will be used to sample each groundwater monitoring well. Groundwater samples will be stored in a cooler chilled to 4 degrees Celsius and will be couriered to a state- certified analytical laboratory using chain -of -custody protocol. Precautions will be taken to follow the California State Water Quality Control Board (SWRCB) sampling guidelines for PFAS outlined in SWRCB (2020), as outlined in Appendix D of the revised Work Plan. Task 3.5 Groundwater Laboratory Analytical Consultant estimates that the three groundwater samples plus one field duplicate and one equipment blank sample will be analyzed for COCs including: • Title 22 Metals by EPA Method 6010Bn47W7471A • VOCs by EPA Method 8260B 9 Bemo\AgreementsOncon Consultants, Inc. (LmWill Leschate Fhviromnentat Site Assessment) FY2526-016.docx.ms • SVOCs by EPA Method 8270C • Chlorinated pesticides by EPA Method 8081 • Total petroleum hydrocarbons (full carbon chain) by EPA Method 8015B • Chlorinated herbicides by EPA Method 8151 • Perchlorate by EPA Method 314.0 • PFAS by DoD QSM Version 5.1 or later. • Specific conductance by SM 251013. In addition, groundwater samples will be analyzed for general chemistry parameters (i.e., total organic halides, total phenolics, fluoride, chloride, nitrogen as nitrate, sulfate, hardness as calcium carbonate, phosphate, phosphorus, orthophosphates, pH, temperature, total organic carbon, bicarbonate, carbonate, hydroxide, alkalinity, total dissolved solids, and chemical oxygen demand) as described in the revised Work Plan. Task 4 Drilling Services This task budget was developed to reflect the drilling services and general management of the drilling subcontractor for the drilling and well development services described in Task 2 and Task 3. Task 5 Investigation Derived Waste Management Upon completion of sampling at each boring location within the sludge drying bed, the boring will be backfilled with hydrated granular bentonite using a tremie pipe and capped to match the pre-existing ground surface. Investigation derived waste (IDW) such as soil cuttings, water removed during well development, and decontamination water will be stored in US Department of Transportation (USDOT) approved containers (Le., drums or a roll -off bin), pending laboratory analytical results for offsite disposal at an appropriate receiving facility. One composite soil sample will be collected from the containers used to dispose of the soil cuttings from the installation of the groundwater monitoring well. Similarly, one composite water sample will be collected from the containers used to dispose of the water removed during well development (three total water samples). One composite soil sample will be collected from the containers used to dispose of the soil cuttings from the deep and shallow soil sampling within the sludge drying bed. All USDOT-approved containers will be stored in a pre -determined location onsite, pending laboratory analytical results for waste characterization and disposal. The two soil samples and one water samples collected from the IDW drums will be analyzed for the full suite of analytes as described in Tasks 2.2 and 3.5. Task 6 Reporting Task 6.1 Well Completion Report Consultant will submit a Well Completion Report to the County within 30 days of well installation. Task 6.2 Draft Leachate Investigation Report Consultant will prepare a report describing the results of the landfill leachate investigation. The report will present the analytical data and boring logs to characterize 10 1Acmo\Agrecmentslaincon Comultmits, hie. (Landflill Leachate Enviromnental Site Assessment) MS26-016.doex-ms the likely extent of environmental impacts associated with the leachate disposal, and provide recommendations for next steps (e.g., options for remediation, or additional assessment, if warranted). Task 63 Final Leachate Investigation Report Rincon will respond to comments received from the SA RWQCB to fmalize the Leachate Investigation Report, Task 6.4 Response to Comments and RWQCB Coordination This task will only be used on an as -needed basis to respond to any comments from the RWQCB and to coordinate with the RWQCB during any report revisions. Task 7 Project Management, Meetings, and Administration Project management and administration task will cover ongoing correspondence with the City and the SA RWQCB, invoicing, and administrative project management cost, including coordination with field staff and coordination with subcontractors including the analytical laboratory, drilling subcontractor, and land surveyor. Assumptions Consultant has made the following assumptions in the preparation of this proposal: Task 1 • Consultant is not responsible for any damages to underground improvements not clearly or accurately marked by the City. Consultant will contact DigAlert for utility mark -outs; however, it should be noted that DigAlert often does not mark the location of subsurface utilities located on private property. If Consultant damages any subsurface utility or structure that is not identified by the City, then the City will assume the cost and all liability related to repair and injury that may occur as a result of such an occurrence. • Consultant understands that the processing of the well permits will require approximately 6- weeks by the County and that schedules will be developed accordingly. • The geophysical survey will be completed within I day if required by the City of Redlands. Task • Laboratory analytical costs included in this proposal assume a standard turnaround time of 7 to 10 days for all analytes with the exception of PFAS. Turnaround times for PFAS analytical results are anticipated to be approximately 3 to 6 weeks. Laboratory analysis may be expedited for an additional fee. • Consultant assumes that 20 percent of the soil samples will undergo Soluble Threshold Limit Concentration (STLC) testing for up to two metals (i.e., 14 total STLC tests), and that an additional 10 percent of the samples will undergo Total Threshold Limit Concentration (TCLP) testing for up to two metals (i.e., 7 total TCLP tests) to characterize the pond material for potential disposal purposes. • Costs include the assumption that each sample will be analyzed for all target analytes; however, consistent with the Work Pfan, if constituents are not detected in shallow soil samples applicable screening levels, deeper samples will not be analyzed for that particular analyte. • Collection of deep and shallow soil samples is expected to take 3 days to complete. • Task 2 will be completed following the completion of the pre -field activities described in Task 3. 11 I: 1eraMgreementsOmon Consultants, Inc. (Landfill Leachate Environmental Site Assessment) FY2526.016.docx-ms Task 3 • Consultant assumes that 20 percent of the soil samples will undergo STLC testing for up to two metals (i.e., 2 total STLC test), and that an additional 10 percent of the samples will undergo TCLP testing for up to two metals (i.e., 1 total TCLP test) to characterize the pond material for potential disposal purposes. • Task 3 includes the phased installation of a total of one groundwater monitoring well. • Installation of the one groundwater monitoring well and well development is expected to take up to 6 days to complete. • Time and effort associated with soil sampling during groundwater well installation is included in the 6 days to complete the one groundwater monitoring well. • Laboratory analytical costs included in this proposal assume a standard turnaround time of 7 to 10 days for all analytes with the exception of PFAS. Turnaround times for PFAS analytical results are anticipated to be approximately 3 to 6 weeks. Laboratory analysis may be expedited for an additional fee. -The costs described herein assume groundwater monitoring wells will be installed using a Sonic drill rig. Use of another type of drill rig may incur additional costs • It is assumed that groundwater will be encountered at approximately 250 feet bgs. Should groundwater be encountered at shallower depths, a California Certified Professional Geologist will make recommendations for well construction given shallower groundwater. • Groundwater sampling activities are assumed to be completed within t day for the well initially installed at MW-01, and an additional day to sample the two existing groundwater monitoring wells and the newly installed groundwater monitoring well, following development. • Well surveying will be completed within one mobilization. • A 4-inch diameter Schedule 80 PVC well will be installed in the borehole, and the bottom 30 foot well screen will be slotted Schedule 80 PVC pipe, with 0.010-inch slots. The solid Schedule 80 PVC pipe (riser) will be placed from the top of the well screen to land surface. • The annulus between the groundwater monitoring well and borehole will be backfilled with Monterey No.3 sand from the total borehole depth to 5 feet above the top of the well screen. • A 3-foot thick (minimum) hydrated bentonite seal will be installed above the sand pack. Hydrated bentonite grout will be installed from the top of the bentonite seal of the shallow sand zone filter pack to 2 feet below grade. • Concrete will be placed from 0 to 2 feet below grade. A traffic -rated vault will be installed around the groundwater monitoring well and completed at grade. A locking cap will be placed on top of the PVC riser at grade and a bottom PVC cap will either be screwed on or secured with stainless steel screws for the groundwater monitoring well. • Consultant's labor costs include oversight and management from a California Certified Professional Geologist throughout groundwater monitoring well installation. • The drilling subcontractor will use a City -provided water meter to obtain PFAS-free water to be used during well development activities. Tasks • Costs for 1DW include STLC or TCLP analysis. If metal concentrations do not require additional analysis to determine whether disposal as hazardous waste is required, these costs will not be incurred. • Rincon assumes up to 35 drums of soil material and t7 drums of water to be stored on -site for up to 90 days during the well installation activities. 12 I1em0AgrwmentslRincon Consultants, Inc. (Landfill Leachate Envimmnental Site Assessment) FY2526-016.doox-ms • Consultant assumes soil waste generated during soil boring activities within the Discharge Area will be characterized as hazardous waste due to the potential for PFAS impacts, and therefore will be disposed of separately as hazardous waste. However, the waste soil will be sampled and characterization will occur following the review of analytical results. If waste soil is characterized as non -hazardous, the waste generated during soil boring activities will be disposed of with the waste generated during groundwater well installation activities. • Soil and water waste generated during groundwater well installation and development activities are assumed to be non -hazardous; however, Rincon will collect one waste sample per drum for waste characterization. If the waste generated during groundwater well installation and development activities is found to be hazardous, additional disposal fees will be incurred. Task Rincon assumes that the effort required to prepare the Leachate Investigation Report will include one round of revisions following review by the SA RWQCB. Task 7 • Administration costs were prepared assuming up to 1 hour of invoice preparation per month, for up to 12 months of project administration. • An assistant Project Manager will review invoices, prepare invoices for the City, and provide updates for the City via phone and email on a regular basis. • Prior to each mobilization, the Rincon Feld program manager will spend up to 3 hours in coordination with the driller, analytical laboratory, land surveyor, and geophysical surveyor, for a total of up to 12 hours of coordination throughout the Project. • Consultant assumes up to two meetings with the SA RWQCB and the City staff. • Consultant will hold one kick-off meeting prior to each field mobilization, which will include each of the relevant subcontractors for each mobilization, for a total of up to four 30-minute kick-off meetings. The City will be included in these meetings General • The subsurface is amenable to sampling using the methods described in this proposal and the sampling can be completed in the specified time frame. Consultant will advise the City of any necessary revisions to the work scope as well as additional costs, if required. • All areas of the site are accessible, and access will be secured by the City. • Consultant has prepared this proposal in an effort to meet the most stringent requirements set forth by the SARWQCB; however, Consultant will make every effort to minimize costs throughout the process. Deliverables The following deliverables will be prepared during the activities associated with the respective task. Task • DigAlert results will be shared with the City of Redlands upon request; • The final well permit will be submitted to the City of Redlands for recordkeeping purposes; and • The results of the geophysical survey will be shared with the City of Redlands. Task 2 • Boring logs from the deep soil borings; and • Laboratory analytical reports for deep and shallow soil samples. 13 1Acmo\Ag'eements\Rincon Consultants, Ina (Lan(ifill Umhate Environmental Site Assessment) FUS26-016.docx-ms Task 3 • Well survey documentation; • As -built well construction diagram; and • Groundwater laboratory analytical reports. Task 5 • Analytical results for IDW; and • Waste manifests. Task 6 • Well Completion Report • Draft Leachate Investigation Report; and • Final Leachate Investigation Report. 14 BwoUgreementARincon Consultants, Inc. (Landfill Leacbme Environmental Site Assessment) FY2526-016.docx-ms . , ., ....�.. � ..�+�:uc1c.�.da� ., ,. '� A AO, *51 A3k • t S "v i v X ( F ({ ~ 0 t 1 r j � t t .}•1� L. 1 Y [ 3lC"T4 lTitStl V\ 'Y ��1`!Y B �(4(<.•�f�.aN_. +.a..tY�a>�YSYtF '."\ a.� Td f., EXHIBIT'B" PROJECT SCHEDULE Tim" Estimatsd Estimated Start EsUmeted Duratlon Date O mpWIdon Date Task1: Pre -Field Activities 1 month September 2025 September 2025 Task2: Soil Sampling within the Sludge Drying Beds 2 months October 2025 November 2025 Task 8: Groundwater Monitoring Well Installation, Sampling, and Analytical Laboratory 2 months October 2025 Task& Investigation Derived Waste 1 month December 2025 Task& Leachate Investigation Report 1 months January 2026 Task 7: Project Management, Meetings and Administration 6 months September 2025 November 2025 December 2026 January 2026 March 2026 *Schedule is subject to change due to permitting, site conditions, and coordination needs; therefore, an agreement term of 18 months Is proposed. 17 L\cmo\Agrminents\12incoa Consultants, hie. (landfill Leachate Enviromnental Site Assessment) FY2526-016.docx-ms EXHIBIT "C" FEE SCHEDULE Senior Principal $330 Principal $318 Director $318 Senior Supervisor ll $302 Supervisor 1 $282 Senior Professional It $264 Senior Professional 1 $246 Professional IV $218 Professional 111 $203 Professional 11 $180 Professional 1 $160 Associate Ill $135 Associate 11 $121 Associate 1 $113 Field Technician $97 Technical Editor $152 Project Accountant $129. Billing Specialist $111 Publishing Specialist $124 Clerical $111 * Professional classifications include environmental scientists, urban planners, biologists, geologists, marine scientists, GHG verifiers, sustainability experts, cultural resources experts, data technology experts, and other professionals. iMrrM�l4irM /Y�NrW,4L _ , Soil Vapor Extraction Monitoring Equipment $160 Four Gas Monitor $137 Flame Ionization Detector $110 Photo Ionization Detector $82 Hand Auger Sampler $62 Water Level Indicator, DC Purge Pump $46 CAPDash $7,500 _ `NlfWral R,a11P1iiir4rs:FM1d _ .. ., _ ... _ _ UAS Drone $300 Spotting or Fiberoptic Scope $170 Pettersson Bat Ultrasound Detector/Recording Equipment $170 Sound Level Metering Field Package (Anemometer, Tripod and Digital Camera) $113 GPS (Submeter Accuracy) $67 18 IAcmoWgrcementARincon Consultants, Inc. (Landfill Leachate Environmental Site Assessment) FY2526-016.docx-ms Infrared Sensor Digital Camera or Computer Field Equipment $57 Scent Station $23 Laser Rangefinder/Altitude $11 Pitfall Traps, Spotlights, Anemometer, GPS Units, Sterilized Sample Jar $g Mammal Trap, Large/Small,} _ _ _ Boat(20-foot Boston Whaler or Similar) $1.55/$0.55 $800 Multiparameter Sonde (Temperature, Conductivity, Turbidity, DO, pH) with GPS $170 Water Quality Equipment (DO, pH, Turbidity, Refractometer, Temperature) $62 Refractometer (Salinity) or Turbidity Meter - $38 Large Block Nets $114 Minnow Trap $98 Net, Hand/Large Seine _ _ _- _ F04'001111.- Standard Field Package (Digital Camera, GPS, Thermometer, Binoculars, Tablet, Safety Equipment, and Botanic Collecting Equipment) $57 $114 Remote Field Package (Digital Camera, GPS, Thermometer, Binoculars, Tablet and Mifi, Delorme Satellite Beacon, 24-Hour Safety Phone) $144 Amphibian/Vernal Pool Field Package (Olgital Camera, GPS, Thermometer, Decon Chlorine, Waders, Float Tube, Hand Net, Field Microscope) $170 Fisherles Equipment Package (Waders, Wetsuits, Dip Nets, Seine Nets, Bubblers, Buckets) $57 Underwater and Marine Sampling Gear (Photo/Video Camera, Scuba Equipment [Tanks, BCD, Regulators, Wetsults, eto.]) $57/diver Marine Field Package (Personal Flotation Devices, 100-foot Reel Tapes with Stainless Carabiners, $100 Pelican Floats, Underwater Slates, Thermometer, Refractometer, Anemometer, Various Field Historic Research Fees L&H Dive Insurance $55 Level C Health and Safety $70/person Dkeet Cacti. Other direct costs associated with the execution of project, that are not included in the hourly rates above, are billed at cost. These may include, but are not limited to, laboratory and drilling services, subcontractor services, authorized travel expenses, permit charges and filing fees, mailings and postage, performance bonds, sample handling and shipment, rental equipment, and vehicles other it= covered by the above charges. Parymant TOO& All fees will be billed to Client monthly and shall be due and payable upon receipt or as indicated in the contract provisions for the assignment. 19 IAcmo\Agreements\Rincon Consultants, Inc. (Landfill Leachate Environmental Site Assessment) PY2526-016.doex-ms Task 1 Pee4leid Activities $20,700 Task 2 Soil Sampling within the Discharge Area $61,885 Task 3 Groundwater Monitoring Well Installation , Sampling, and Laboratory Analytical $64,419 Task 4 Drilling Services $146,740 Task 5 Investigative Derived Waste Management $30,166 Task 6 Reporting $23,705 Task 7 Project Management, Meetings, and Administration $22,162 Total Project Budget $369,750 20 1:\cmo\Agreements\Rmcon Consultants, Inc. (Landfill Leachate Environmental Site Assessment) FY2526-016.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 fumishing 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 I am aware of the provisions of Section 3700 of the Labor Code which requires every emp yer 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 §18b1). 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 Califomia that the information and representations made in this certificate are true and correct. RINCON CONSULTANTS, INC. By: (ii-Alr'il� ya Thatcher, Director Date: 21 I: cmo\AgreemcntsUtincon Consultants, Inc. (Landfill Leachate Environmentat Site Assessment) FY2526-016.docx ms