Loading...
HomeMy WebLinkAboutAGR-7810 - RICHARD C. SLADE & ASSOCIATES, LLC. - WELL 28 HYDROGEOLOGIC SERVICESPROFESSIONAL SERVICES AGREEMENT [Well 28 Hydrogeologic Services] THIS PROFESSIONAL SERVICES AGREEMENT Orange, California, on this _____ day of ________________, 2025 ( RICHARD C. SLADE & ASSOCIATES, LLC, a California limited liability company (Contractor ), who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Contractor which is attached hereto and incorporated herein by reference. As a material inducement to City to enter into this Agreement, Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. The services which are the subject of this Agreement are not in the usual representation that it is independently engaged in the business of providing such services and is experienced in performing the work. Contractor shall perform all services in a manner reasonably satisfactory to City and in a manner in conformance with the standards of quality normally observed by an entity providing such services to a municipal agency. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhibit "A" to the contrary. Tuan Cao, Senior Civil Engineer Contractor will report for the performance of services hereunder. It is understood that Contractor performance hereunder shall be under the supervision of City designee), that Contractor shall coordinate its services hereunder with City the extent required by City Contractor shall be performed to the satisfaction of City the City Manager. 2. Compensation and Fees. a. Contractor's total compensation for all services performed under this Agreement, shall not exceed NINETEEN THOUSAND SEVEN HUNDRED EIGHT DOLLARS and 00/100 ($19,708.00) without the prior written authorization of City. b. The above compensation shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental, subsistence and all related expenses. 3. Payment. a. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B March AGR - 7810 4th 2 b. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. c. City will pay Contractor the amount invoiced within thirty (30) days after the approval of the invoice. d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. services to be performed and compensation therefor. All amendments shall set forth the changes of work, extension of time, and/or adjustment of the compensation to be paid by City to Contractor . 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not, under any circumstances, be considered employees of City, and that they shall not be entitled to any of the benefits or rights afforded employees of City, including, but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers' compensation insurance benefits. 7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B 3 8. Designated Persons. Only those qualified persons authorized by City Manager, shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assignment or Subcontracting. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has the prior written approval of City. City may terminate this Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of Completion. Contractor shall commence the work provided for in this Agreement within five (5) days of the Effective Date of this Agreement and diligently prosecute completion of the work in accordance with the time as otherwise agreed to by and between the representatives of the parties. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 12. Reserved. 13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control, other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay, Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor Contractor believes that delays caused by City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 14. Products of Contractor. The documents, studies, evaluations, assessments, reports, plans, citations, materials, manuals, technical data, logs, files, designs and other products produced or provided by Contractor for this Agreement shall become the property of City upon receipt. Contractor shall deliver all such products to City prior to payment for same. City may use, reuse or otherwise utilize such products without restriction. 15. Equal Employment Opportunity. During the performance of this Agreement, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B 4 Such actions shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c. Contractor shall cause the foregoing paragraphs (a) and (b) to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a consultant to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a financial interest as defined in Section 87103 of the Government Code. 17. Indemnity. a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend and hold City, its City Council and each member thereof, and the officers, officials, agents and employees of City out of: (1) employee benefit acts with respect to Contractor Contractor sub employees arising out of Contractor including any and all claims under any law pertaining to Contractor or its employees status as an independent contractor and any and all claims under Labor Code section 1720 related to the payment of prevailing wages for public works projects; and (2) Any claim, loss, injury to or death of persons or damage to property caused by any act, neglect, default, or omission of Contractor, or person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on o injury, death or damage caused by the active negligence or willful misconduct of City. Contractor, at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B 5 b. Reserved. c. Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shall survive any closing, rescission, or termination of this Agreement, and shall continue to be binding and in full force and effect in perpetuity with respect to Contractor and its successors. 18. Insurance. a. Contractor shall carry workers compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any workers compensation benefits under any City program. b. Contractor shall maintain during the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of (1) One Million Dollars ($1,000,000) per occurrence; or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c. Contractor shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of (1) a combined single limit of One Million Dollars ($1,000,000); or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage for all owned, non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. e. Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement, City will accept a copy of the policy(ies) which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability insurance that is provided as part of the general or automobile liability minimums set forth herein shall be maintained for the duration of the Agreement. f. Reserved. Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B 6 g. The insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City, which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten (10) days prior written notice to City. i. Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class V or better by the latest edition of Best Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best rating. j Contractor shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. k. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing insurance to either Contractor or City with respect to the services of Contractor herein, a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. l. Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving Contractor not less than five (5) written notice of intent to terminate. Upon receipt of such notice, Contractor shall immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B 7 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the City and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three (3) years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) notice from City, and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immigration Laws. a. Contractor shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. that term is defined in Section 1720 of the California Labor Code, for which prevailing wages must be paid, to the extent Contractor classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it, shall pay not less than the specified prevailing rates of wages to all such workers. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations (www.dir.ca.gov/DLSR). Additionally, to perform work under this Contract, Contractor must meet all State registration requirements and criteria, including project compliance monitoring. c. Contractor represents and warrants that it: (1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 (IRCA); and (2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and (3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Contractor employees; and (4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B 8 Department of Homeland Security, the Department of Labor, or the Social Security Administration. d. Contractor shall require all subcontractors or subconsultants to make the same representations and warranties as set forth in Subsection 21.c. e. Contractor shall, upon request of City, provide a list of all employees working under this Agreement and shall provide, to the reasonable satisfaction of City, verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by Contractor. Once such request has been made, Contractor may not change employees working under this Agreement without written notice to City, accompanied by the verification required herein for such employees. f. Contractor shall require all subcontractors or sub-consultants to make the same verification as set forth in Subsection 21.e. g. If Contractor or subcontractor knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee, that shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by City. h. Contractor agrees to indemnify and hold City, its officers, officials, agents and employees harmless for, of and from any loss, including but not limited to fines, penalties and corrective measures City may sustain by reason of Contractor's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Integration. This Agreement constitutes the entire agreement of the parties. No other agreement, oral or written, pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three (3) days of deposit in the U.S. Mail, whichever is earlier. Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B 9 CONTRACTOR RICHARD C. SLADE & ASSOCIATES LLC City of Orange 14051 Burbank Blvd, Suite 300 300 E. Chapman Avenue Sherman Oaks, CA 91401 Orange, CA 92866-1591 Attn.: Richard Slade Attn.: Tuan Cao Telephone: (818) 506-0418 Telephone: (714) 288-2475 E-Mail: Richard.Slade@rcslade.com E-Mail: tcao@cityoforange.org 25. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. [Remainder of page intentionally left blank; signatures on next page] Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B 10 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. CONTRACTOR RICHARD C. SLADE & ASSOCIATES, LLC, CITY OF ORANGE, a municipal corporation a California limited liability company *By: By: Printed Name: Thomas C. Kisela, City Manager Title: *By: ATTEST: Printed Name: Title: Pamela Coleman, City Clerk APPROVED AS TO FORM: Nathalie Adourian Senior Assistant City Attorney *NOTE: City requires the following signature(s) on behalf of the Contractor: -- (1) the Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR -- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to City. Vice President Anthony Hicke President Richard C. Slade Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B SCOPE OF SERVICES [Beneath this sheet.] Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B RICHARD C. SLADE & ASSOCIATES LLC CONSULTING GROUNDWATER GEOLOGISTS 14051 BURBANK BLVD., SUITE 300, SHERMAN OAKS, CALIFORNIA 91401 SOUTHERN CALIFORNIA: (818) 506-0418 • NORTHERN CALIFORNIA: (707) 963-3914 WWW.RCSLADE.COM Confidential and Proprietary February 3, 2025 To: Mr. Tuan Cao, PE City of Orange Public Works Department – Water Division Via email: tcao@cityoforange.org Job No. 840-OGE01 Re: Proposal for Hydrogeologic Services Field Monitoring and Reporting Services for the Rehabilitation of City of Orange Well No. 28 City of Orange Public Works Department – Water Division Orange, Orange County, California Dear Mr. Cao: Richard C. Slade & Associates LLC, Consulting Groundwater Geologists (RCS), is pleased to submit this proposal for providing continuing hydrogeologic office and field services for the rehabilitation of the City of Orange (the City) Well No. 28 (subject well). This well is located within the City of Orange, as seen on Figure 1, “Well Location Map”. Summary of Project History In 2021 and 2022, RCS provided hydrogeologic services (as part of a team with Tetra Tech, Inc. [TTI], the prime consultant for that project) and provided services for the subject well including, but not limited to: the preparation of a Preliminary Design Report (PDR); preparation of the Technical Specifications and Bid Package for the drilling, construction, testing and development of the subject well; field and design services for the drilling, construction, testing and development of the subject well; preparation of a final summary report; and preparation of a Drinking Water Source Assessment and Protection (DWSAP) Report for submission to the State Division of Drinking Water. We understand the subject well has been idle since February 2022 while awaiting equipping by Environmental Construction, Inc. (ECI), the City’s equipping Contractor. The Technical Specifications contract prepared by TTI for the equipping of the subject well contained two optional bid items in Section 02480 “Well Rehabilitation” that included: 1. Rehabilitation of the well by brushing the well and bailing sediment fill from the well casing. 2. Installation of a temporary test pump and conduct pumping development (pumping and surging) for a maximum time period of 48 hours. A well video survey of the subject well was performed by Advance Downhole Superior Well Surveys in August 2024. That video survey and summary log were provided to RCS and TTI, and RCS was asked by the City to review and comment on the existing well condition based on the video. RCS observed in the August 2024 video survey moderate to significant bacterial matter (biogrowth) within and on the outside of the majority of the well casing louvers (perforations) from 334 ft to the total depth of the well. Chemical precipitates and/or scaling did not appear to be Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B Proposal for Hydrogeologic Services Field Monitoring and Reporting Services for the Rehabilitation of City of Orange Well No. 28 City of Orange Public Works Department – Water Division Orange, Orange County, California -2- present in or on the louvers in that video. Based on this RCS review, RCS recommended that the City execute the two optional bid items for the TTI specified rehabilitation work of the subject well prior to the equipping phase. The City then notified that General Pump Company (GPC) of San Dimas, California, (the Pump Services Subcontractor to ECI) of their intent to move forward with the optional Rehabilitation work. In an email on January 14, 2025, the City requested a Proposal for Hydrogeologic Services from RCS for field observations and reporting for the two optional rehabilitation work bid items described above. As part of the data gathering process for proposal preparation, RCS was informed that GPC had already performed a portion of the first optional rehabilitation bid item. Neither the City nor RCS were notified by ECI or GPC in advance of the well brushing work performed by GPC; that work was therefore not observed by RCS staff. At a virtual meeting held on January 27, 2025, GPC reported that the subject well was brushed over a period of two days during the week of January 13, 2025. It is unclear at this time how many hours of brushing were performed by GPC, what depth intervals were brushed, the size/type/condition of the brush used for the work, and the depth measurement (“tag”) of sediment fill following the reported brushing. During the January 27, 2025 meeting, GPC and ECI also recommended work tasks in addition to the optional rehabilitation bid items. GPC recommended performing Air Bursting, sediment bailing and a follow-up well video survey instead of performing pumping redevelopment with a test pump; and GPC recommended performing the pumping redevelopment activities with the City’s permanent pump, once installed, and not a test pump (it is unclear at this time if the City-owned pump has a foot valve; a foot valve may make redevelopment with the City’s permanent pump less effective). Current Project Status and Upcoming Activities Discussions between the City, RCS, TTI, ECI and GPC related to the work to be performed at the subject well are ongoing and have yet to be finalized. During the January 27, 2025 meeting, GPC/ECI also committed to collecting a sample of the material that was removed from the bottom of the well, and a sample of water from the well used (to be analyzed for general minerals and microbiological character). Those samples are to be submitted by GPC/ECI to a City-approved State-certified laboratory. RCS will not be involved in the sampling, transport or and processing of those samples. Because the additional tasks proposed by GPC are not included in optional rehabilitation items included in the Technical Specifications prepared by TTI, the City and RCS have requested that GPC prepare an updated work plan to be reviewed. RCS will provide comments on GPC’s work plan to the City, for City acceptance and approval. The City has requested that RCS prepare a Proposal for Hydrogeologic Services for office services and field observation of the updated rehabilitation tasks and reporting for work described above. Below RCS presents our proposed Scope of Hydrogeologic Services and cost estimate for our work. Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B Proposal for Hydrogeologic Services Field Monitoring and Reporting Services for the Rehabilitation of City of Orange Well No. 28 City of Orange Public Works Department – Water Division Orange, Orange County, California -3- SCOPE OF HYDROGEOLOGIC SERVICES Task 1 – Review of Updated GPC Rehabilitation Workplan. RCS will review and provide comments on GPC’s updated rehabilitation work plan for the subject well. This review work may include contact or additional meetings with GPC, ECI, TTI and/or the City. Two additional virtual meetings are estimated for this task. Further, the work is expected to include the results of the additional field samples to be collected by GPC. Task 2 – Field Monitoring of Well Rehabilitation Operations Once the GPC updated rehabilitation work plan has been approved by the City, RCS groundwater geologists will be available to provide field observation of Contractor activities at the well site. Because the work plan document is not yet available, field work associated with Task 2 are subject to change. The field observation services are to help provide the City with a basic record of Contractor activities at the site and to help document that the Contractor performed the work in compliance with City-approved Updated Work Plan. Tasks for which RCS will provide field services during well rehabilitation could likely consist of the following: O Subtask 2.1: “Air-Jetting” and Bailing. Observe “Air-Jetting” methods conducted by the Contractor at the well. It is anticipated that the AirBurst® method will be utilized by the Contractor. This Airbursting® task is estimated to take one (1) day. RCS will also observe the tagging and bailing of sediment fill in the bottom of the well, following Airbursting® activities. It was reported by GPC that brushing activities were previously executed without any subsequent bailing. The RCS groundwater geologist will be present to observe the tagging and bailing activities on a part-time basis. This bailing task may take one (1) additional day following Airbursting® activities. O Subtask 2.2: Final Video Survey. Following bailing activities, a final video of the newly-rehabilitated well will be performed to help document its final post-rehabilitation condition. An RCS groundwater geologist will be present to observe the final video survey activities. O Subtask 2.3: Pumping Redevelopment. RCS will be present on a part-time basis, during startup and near the end of pumping redevelopment of the well. We understand pumping redevelopment is proposed to be completed using the City’s permanent pump. It is unclear at this time whether a totalizer/flowmeter device, Rossum Sand Tester and or sample port will be installed at the well head of the City’s permanent pump. If those devices are not installed, the scope of RCS’s observations and recommendations may be limited, as those data are critical to assess well performance. RCS will be onsite to observe pumping redevelopment on a part-time basis and also be in close contact with the Contractor to acquire pertinent data via phone or email communication. Task 3 – Summary of Well Rehabilitation Operations Tech Memo Prepare a Summary of Well Rehabilitation Operations Technical Memorandum for the newly rehabilitated subject well to help document rehabilitation operations. The report will discuss Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B Proposal for Hydrogeologic Services Field Monitoring and Reporting Services for the Rehabilitation of City of Orange Well No. 28 City of Orange Public Works Department – Water Division Orange, Orange County, California -4- rehabilitation operations and summarize RCS observations regarding the actual rehabilitation work performed on the well. Depending on data collected, the report will consist of the following, as available/feasible: o A basic chronological history of well rehabilitation operations. o A description of each rehabilitation method used and the results of those methods. o Daily field reports by the onsite groundwater geologist. o An evaluation/analysis of the pumping redevelopment in the well and an assessment of its new pumping capacity and specific capacity of the well based on pumping development (short-term pumping) data. o Occasional photographs to help document rehabilitation methods. o Supporting documentation on well rehabilitation operations, such as the Contractor’s daily records, pumping redevelopment sheets, and laboratory results of the groundwater and bacteriological samples, and/or of scale samples. o The report will also have attendant tables, figures, and drawings to help document work conducted on the well. A Draft Tech Memo for the well will be submitted to the City for review and comment. Following that review, City comments will be incorporated into the Final Tech Memo, and an electronic copy of the document in an Adobe PDF format will be submitted to City. COST ESTIMATE FOR HYDROGEOLOGIC SERVICES The attached Table 1 provides details of our cost estimate for each of the tasks listed in our Scope of Hydrogeologic Services. The cost for each task is as follows: Task Description Estimated RCS Costs Task 1 Task 1 – Review of Updated GPC Rehabilitation Workplan. $2,068 Task 2 Field Monitoring/Observation of Well Rehabilitation Operations $12,316 Task 3 Summary of Well Rehabilitation Operations Tech Memo $5,324 RCS Total Professional Services: (Includes a 2.5% Administrative Fee and Direct Costs): $19,708 Our services will be billed on a time-and materials basis, with the total estimated cost representing a not-to-exceed limit within the limits of our assumptions presented below. RCS and its groundwater geologists are committed to this project. RCS is a small company, and our professional staff of nine groundwater geologists consists of experienced groundwater geologists. Our estimated fees are based on information received to date, and an estimate of work to be Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B Proposal for Hydrogeologic Services Field Monitoring and Reporting Services for the Rehabilitation of City of Orange Well No. 28 City of Orange Public Works Department – Water Division Orange, Orange County, California -5- performed at the subject well. Because GPC’s updated work plan document is not yet available, field work associated with Task 2 are subject to change. Any changes and associated changes in cost associated with the updated work plan will be approved by the City before completion of the work. Standard of Performance; Disclaimer of Warranties Level of Service. RCS offers different levels of groundwater consulting Services to suit the specific desires and needs of a variety of clients. Although the possibility of error can never be eliminated, more detailed and extensive Services yield more information and reduce the probability of error, but at increased time and cost. Client must determine the level of groundwater consulting Services adequate for its current purposes. Client has reviewed our current Scope of Services described above and has determined that it does not need or want a greater level of Services than that being provided at this time. Standard of Care. Subject to the limitations inherent in the agreed upon Scope of Services as to the degree of care, the amount of time and expenses to be incurred, and subject to any other limitations contained in this Agreement, RCS will perform its Services consistent with that level of care and skill ordinarily exercised by other professional groundwater geologists practicing in the same locale and under similar circumstances at the time the Services are performed. No Warranty. No warranty, express or implied, is included or intended by this Agreement. Any reuse or modification of the Work by Owner or anyone obtaining it through Owner will be at Owner’s sole risk and without liability to Consultant. Owner will defend, indemnify and hold Consultant harmless from all third party claims, demands, actions, and expenses (including reasonable attorney’s fees, expert fees, and other costs of defense) arising out of or in any way related to the reuse or modification of the Work by Owner or it anyone obtaining through Owner. Allocation of Risk Limitation of Remedies. The total cumulative liability of RCS, its subconsultants and subcontractors, and all of their respective shareholders, directors, officers, employees and agents (collectively “Entities”), to Client arising from Services under this Agreement, including attorney’s fees due under this Agreement, will not exceed the gross compensation received by RCS under this Agreement or $19,708.00, whichever is greater; provided, however, that such liability is further limited as described below. This limitation applies to all lawsuits, claims, or actions that allege errors or omissions in RCS’s Services, whether alleged to arise in tort, contract, warranty, or other legal theory. Disputes Mediation. All disputes between Entities and Client are subject to mediation. Either party may demand mediation by serving a written notice stating the essential nature of the dispute, amount of time or money claimed, and requiring that the matter be mediated within 45 days of service of notice. Precondition to Other Action. No action or suit may be commenced unless the mediation did not occur within 45 days after service of notice; or the mediation occurred but did not resolve the Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B Proposal for Hydrogeologic Services Field Monitoring and Reporting Services for the Rehabilitation of City of Orange Well No. 28 City of Orange Public Works Department – Water Division Orange, Orange County, California -6- dispute; or a statute of limitation would elapse if suit was not filed prior to 45 days after service of notice. Choice of Law; Venue. This Agreement will be construed in accordance with and governed by the laws of the State of California in which the current Project is located. Unless the parties agree otherwise, any mediation or other legal proceeding will occur in this state in which the Project is located. Statutes of Limitations. Any applicable statute of limitations will be deemed to commence running on the earlier of the date of substantial completion of Entities’ s Services under this Agreement, or the date on which claimant knew, or should have known, of facts giving rise to its claims. CLOSURE We appreciate this opportunity to submit this proposal for providing the City of Orange with hydrogeologic services related to field monitoring and reporting services for Well No. 28. If you have any questions regarding this proposal, please contact Joseph Amar via email (joe.amar@rcslade.com). Very truly yours, RICHARD C. SLADE & ASSOCIATES, LLC Anthony Hicke Vice President and Principal Groundwater Geologist Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B Proposal for Hydrogeologic Services Field Monitoring and Reporting Services for the Rehabilitation of City of Orange Well No. 28 City of Orange Public Works Department – Water Division Orange, Orange County, California -7- SCHEDULE OF CHARGES January 2025 Professional Services Hourly Rates Principal Groundwater Geologist $295.00 Senior Groundwater Geologist $249.00 Staff Groundwater Geologist $216.00 Field Groundwater Geologist $144.00 Clerical $109.00 Field Equipment Charges Pressure Transducers (water level & barometric $50.00/wk. pressure monitoring during pumping tests) Electric Tape Water Level Probe $25.00/day Field Water Quality Probe (T, pH, EC) $50.00/day Litigation, Depositions and Testimony Depositions and trial testimony are charged at twice the hourly rate (4-hour minimum/day). Travel Time and Mileage Travel time for meetings and/or to job sites will be charged at our standard hourly rates. Mileage is charged at the current IRS rate. Administrative Fee In-house costs for phone, e-mail, fax, regular postage, printing, copying, binding, and records retention, unless otherwise provided for in our project proposal Scope of Services, will be charged an Administrative Fee of total project labor charges multiplied by 2.5%. Outside Services Any services and materials not ordinarily furnished by RCS, including subcontracted services (i.e., water quality laboratory testing), delivery services, reproduction, and printing, etc., are billed at cost + 15%. Reproduction costs for large format printing, and/or high volume reproduction and binding of hard copy reports performed in-house by RCS staff, will be billed at rates similar to comparable outside services. Conditions RCS reserves the right to update this Schedule of Charges on January 1 of each year (the beginning of our Fiscal Year). Invoices are issued at our option on a monthly basis or when the work is completed. A service charge of 1½% will be payable on any amount not paid within 30 days. Any attorney fees or other costs incurred in collecting delinquent charges shall be paid by the client. Client will furnish rights-of-way to land as required for field visits and field operations, such as sampling or testing of water wells. Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B W Pa lm Av e S B a t a v i a S t N J e w e l l P l N M a i n S t N B a t a v i a S t CHOC Chldrn's Main Campus Orange 22 Santiago Park S H a r w o o d S t E W ashing ton Av e N S h a f f e r S t S G r a n d S t W A lm ond Av e W P almy ra A ve S P ix l e y S t E C ul ve r A ve N C y p r e s s S t N H a r w o o d S t E M ap l e A ve S S h a f f e r S t N P i n e S t S O r a n g e S t N C e n t e r S t N O l i v e S t N Olive S t W P a lm A v e N L e m o n S t N C l e v e l a n d S t S L e m o n S t S Ol i v e S t N G r a n d S t S G l a s s e l l S t S C a m b r i d g e S t E C h apman Ave E L a V e ta A v e N G l a s s e l l S t S P a r k e r S t W La V e ta Ave W Ch a pman Ave Chapman University METROLINK-Orange Orange 22 22 S P a r k e r S t Fa i rhav e n Av e Garden G rove F w y W O Hart Memorial Park Orange Water Well 28 840 0 840420 US Feet Esri Community Maps Contributors, County of Los Angeles, Esri, HERE, Garmin, SafeGraph, INCREMENT P, METI/NASA, USGS, Bureau of Land Management, EPA, NPS, US Census Bureau, ¯ FIGURE 1 WELL LOCATION MAP RCS Job No. 106-OGE18 January 2025 LEGEND Orange Water Well 28 Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B HOURS COST HOURS COST HOURS COST HOURS COST 2 $590 4 $996 2 $432 0 $0 0 $0 $2,018 $50 $0 $50 8 $2,068 Subtask 2.1 2 $590 2 $498 1 $216 20 $2,880 0 $0 $4,198 $105 $210 $315 25 $4,499 Subtask 2.2 2 $590 2 $498 1 $216 8 $1,152 0 $0 $2,470 $62 $105 $167 13 $2,623 Subtask 2.3 2 $590 2 $498 1 $216 24 $3,456 0 $0 $4,774 $119 $315 $434 29 $5,194 $12,316 2 $590 2 $498 18 $3,888 0 $0 2 $218 $5,194 $130 $0 $130 24 $5,324 10 $2,950 12 $2,988 23 $4,968 52 $7,488 2 $218 $18,654 $466 $630 $1,096 99 $19,708 $19,708 Final Video Survey Task 2 Estimated Cost: FIELD GROUNDWATER GEOLOGIST PRINCIPAL GROUNDWATER GEOLOGIST $249 $144 CLERICAL PERSONNEL ESTIMATED COSTS FOR RCS SERVICES> $109 TOTAL Task &, Subtask COST Project Totals: $216 SUBTOTAL STAFF COST Task 2 - Field Monitoring/Observation of Well Rehabilitation Operations Pumping Redevelopment with Permanent Pump Task 3- Summary of Well Rehabilitation Operations Tech Memo TABLE 1 RCS MAN-HOUR AND COST ESTIMATE DETAIL OFFICE AND FIELD SERVICES FOR ORANGE WELL NO. 28 REHABILITATION JANUARY 2025 TASK & Task 2, Subtask LISTINGS TOTAL DIRECT COSTS Task 1- Renewal of Updated GPC Rehabilitation Workplan $295 "Air-Jetting" and Bailing TOTAL MAN- HOURS STAFF GROUNDWATER GEOLOGIST 2.5% ADMIN FEE DIRECT COSTS SENIOR GROUNDWATER GEOLOGIST City of Orange RCS Job No. 840-OGE1 Orange Well No. 28 Docusign Envelope ID: 451F5341-8F94-4CC6-BD6E-47B2B77A022B