HomeMy WebLinkAbout06/06/1990, C-13 - GROUNDWATER BASIN EVALUATION MEETINGDATE:
04W1111�I1JIClVJo san Luis osispo June 6, 1
990
17191
INAmMe COUNCIL AGENDA DEPORT ''NUMBER:
From: William T. Hetland Prepared By: Allen Short
Utilities Director Water Division Manager
Subject: Groundwater Basin Evaluation
RECOMMENDATION:
Adopt resolution authorizing the City Administrative Officer to
negotiate a contract with the firm of Boyle Engineering Corporation
for professional engineering services for the Groundwater Basin
Evaluation and to award the contract 'if the cost does not exceed
$32,155.
BACKGROUND:
The City of San Luis Obispo relied primarily on groundwater until the
early 1940's when the Salinas Reservoir was developed. In the
1960's, the Whale Rock Reservoir was added to the City's water
supply.
Recently, as the City began reaching the maximum yields of its
reservoir supplies, it once again began to look. at groundwater as an
additional source. The firm of John L. Wallace and Associates in
conjunction with Timothy Cleath, Hydrologist,, was retained to perform
a groundwater study in December of 1987. The first report,
"Groundwater Study Survey of Resources and Constraints Analysis", was
completed in March, 1988. This report reviewed historical
groundwater data and identified a test drilling program. In August,
1988, John Wallace and Associates submitted the results of the
drilling- program in its report "Groundwater Study — Exploration
Results." This report outlined drilling locations, test pumping and
water quality analysis. Based upon this work, the groundwater
development program was divided into two phases.
Both phases of the groundwater development program have been
completed. The wells identified in both phases have been developed
and are operational. Additionally, to fully utilize groundwater to
its greatest benefit, a zonal booster pump station was designed and
installed at the Edna Saddle Reservoir.. This pump station allows the
City to move large amounts of groundwater from one area of the City
to another.
To assist staff in the proper management of groundwater, and to
determine the safe annual yield (and environmental impacts) , requires
a complete and thorough evaluation of the groundwater basin.
Council has identified 500 acre feet of groundwater as part of its
safe annual yield. After the City comes out of the drought, the
Council may want to identify additional yield from the groundwater
supply. If this were the case, the groundwater basin may be required
to be modeled to accurately identify the additional yield.
-/3-1
i(Illf�(PA� III city Of San LUIS OBISPO
COUNCIL AGENDA DEPORT
Groundwater Basin Evaluation
Page 2
REQUEST FOR PROPOSAL:
On February 20, 1990 staff developed a request for proposal to
evaluate the groundwater basin. A total of eighteen (18) engineering
consulting firms were contacted and the City received nine (9)
responses. Those firms are listed below:
Boyle Engineering Corporation
Black & Veatch
Harding Lawson Associates
Metcalf and Eddy
Leedshill-Herkenhoff, Inc.
John Wallace and Associates
Ludhorff & Scalmanini
Willdan and Associates
Stall Gardner and Dunne, Inc.
To fully evaluate each of the proposals, a screening committee was
established. The committee consisted of the Utilities Director,
Water Division Manager, and the Water Distribution Supervisor.
Additionally, the following list of criteria was established to fully
and specifically compare each of the proposals:
The RFP scope and overall understanding of the City's needs. I
The ability to fully address the needs of the City.
The firms knowledge and understanding of the groundwater basin.
The total overall project costs.
The firms qualifications and past experience with other projects
of this size and complexity.
Based upon the screening process, the list of firms was shortened
from nine (9) to four (4) . On May 14, 1990, each of the four
finalists participated in a formal interview and presentation.
The formal presentations were carefully evaluated by the screening
committee using the following criteria:
Knowledge of City's needs and requirements.
Qualifications of project team.
Presentation and professional skills.
Technical knowledge and past project experience.
After the presentations were concluded, the screening committee then
met to review each of the finalists' proposals and projected cost
estimates. Based upon previously established criteria, needs and
goals of the City, available support and staff expertise, the
screening committee recommends the firm of Boyle Engineering
Corporation to perform the required engineering services.
0&111111121111i� city of San LUIS OBISpo
jNNaMs COUNCIL AGENDA REPORT
Groundwater Basin Evaluation
Page 3
A copy of Boyle Engineering Corporation's proposal is available in
the Council Office for inspection.
FINANCIAL IMPACT:
This project was not originally identified in the 1989-91 Financial
Plan and approved budget. The money has been identified to come from
water fund balances.
As detailed in the Consultant's Proposal (Attachment B) , the total.
estimated cost for the groundwater evaluation is $32,155 as
summarized below:
Evaluation Cost $32,155
Contingencies @ 10% 0
TOTAL PROJECT COST $32, 155
CONSEQUENCES OF NOT TARING ACTION:
The ability to properly manage the groundwater basin will BE greatly
impaired. The safe estimate of withdrawal will remain unknown. The
City will be unable to properly determine the effects of new well
development on the existing aquifer.
ACTION RECOMMENDED:
Adopt resolution authorizing the City Administrative Officer to
negotiate a contract with the firm of Boyle Engineering Corporation
for professional engineering services for the Groundwater evaluation
and to award the contract if the cost does not exceed $32, 155.
Attachment: 4onsultant Service Contract/Draft Resolution.
Boyle Engineering Corporation Groundwater Basin Evaluation Proposal
in Council Office for Inspection.
C'•13-3
� � IIIIIiIIP ��fll city or san-Luis o$ispo
UNIZe COUNCIL AGENDA REPORT
Groundwater Basin Evaluation
Page 4
APPROVED:
clAdv
nistrative officer
,L f
tt rn
Finance Di ector
0 I
Utilities Director
Water Division Manager
•/3-
RESOLUTION NO. (1990 SERIES)
A RESOLUTION OF THE COUNCIL OF THE
CITY OF SAN LUIS OBISPO AUTHORIZING THE
CITY ADMINISTRATIVE OFFICER TO NEGOTIATE AND
AWARD A CONTRACT FOR PROFESSIONAL ENGINEERING
SERVICES FOR THE GROUNDWATER BASIN EVALUATION
WHEREAS, the City of San Luis Obispo is actively engaged in a
program to develop and manage the groundwater basin; and
WHEREAS, the City is in the fourth year of a water shortage; and
WHEREAS, the City has declared a water emergency and implemented a
mandatory 35 percent water conservation program; and
WHEREAS, the City Council has declared water the number one
priority and directed staff to evaluate all potential water sources.
NOW, THEREFORE, BE IT RESOLVED that the Council authorizes the City
Administrative Officer to negotiate a contract for professional
engineering services for the Groundwater Basin Evaluation and to
award the contract if the cost does not exceed $32,155.
On motion of seconded by .
-' and on the following roll call vote:
AYES:
NOES:
ABSENT:
the following resolution was passed this day of ,
1990.
MAYOR RON DUNIN
ATTEST:
CITY CLERK PAM VOGES
i
�I3-S
Resolution No. (1990 Series)
APPROVED:
C (!Y ADM NISTRATIVE OFFICER
tiG '
rlypTO E}�-
FINANC DIRECTOR.
UTILITIES DIRECTOR
WATER DIVISION MANAGER
•
CONSULTANT SERVICE CONTRACT
This contract, made this day of , 1990, by
and between the City of San Luis Obispo, California (hereinafter
referred to as "City") , and Boyle Engineering Corporation,
(hereinafter referred to as "Consultant") .
WITNESSETH
WHEREAS, City desires to retain certain engineering services
in conjunction with groundwater basin evaluation;
WHEREAS, City desires to engage consultant to provide
services by reason of its qualifications and experience for
performing such services;
WHEREAS, Consultant has. offered to provide the required
services on the terms and in the manner set forth herein;
NOW, THEREFORE in consideration of their mutual covenants,
the parties hereto agree as follows:
1. PROJECT COORDINATION
a_ City. The Water Division Manager shall be the
representative of the city for all purposes under this
agreement. The. Water Division Manager or his
designated representative hereby is designated as the
Project Manager for the City and shall supervise the
progress and execution of the project under this
agreement.
b. Consultant. Consultant shall assign a single Project
Manager to liaison with the City's representative.
Christine Ferrara is hereby- designated as the Project
Manager for the Consultant. Should circumstances or
conditions subsequent to the execution of this
agreement require a substitute Project Manager for any
reason, the Project Manager replacement shall be
subject to the prior written acceptance and approval of
the Water Division Manager.
2. DUTIES OF CONSULTANT
a. Services to be furnished. Consultant shall provide all
specified services as set forth in Exhibit "A" attached
hereto and incorporated herein by this reference.
b. Laws to be observed. Consultant shall to the extent of
its abilities:
l
(1) Procure all permits and licenses, pay charges and
fees, and give all notices which may be necessary
2 •
and incidental to the due and lawful prosecution
of the services to be performed by Consultant
under this agreement;
(2) Keep itself informed of all existing and proposed
federal, state and local laws, ordinances,
regulations, . orders, and decrees which may affect
those engaged or employed under this agreement,
any materials used in Consultant's performance
under this agreement, or the conduct of the
services under this agreement;
(3) At all times observe and comply with, and cause
all of its employees to observe and comply with
all of said laws, ordinances, regulations, orders,
and decrees mentioned above.
(4) Immediately report to the City's Project Manager
in writing any discrepancy or inconsistency it
discovers in said laws, ordinances, regulations,
orders, and decrees mentioned above in relation to
any plans, drawings, specifications, or provisions
of this agreement.
C. Release of reports and information. Any reports,
information, data, or other material given to, or
prepared or assembled by, Consultant under this
agreement shall be the property of City and shall not. C'
be made available to any individual or organization by
Consultant without the prior written approval of the
City's Project Manager: The Consultant shall be
allowed, for promotional purposes, to make known the
nature of the assignment in a general_ statement during
the project and may reproduce design information after
ithas become public information or upon completion of
this project.
d. Copies of reports and information. If City requests
additional copies of reports, drawings, specifications,
or any other material in addition to what the
Consultant is required to .furnish in limited quantities
as part of the services under this agreement,
Consultant shall provide such additional copies as are
requested, and City shall compensate Consultant for the
costs of duplicating of such copies at direct project
expense in accordance with Exhibit "B", Fee Schedule.
e. Oualification of Consultant. Consultant represents
that it is qualified to furnish the services described
under this agreement.
3 . DUTIES OF CITY
The City shall provide the review and direction of the is
project. The City shall provide information as requested
3
per Attachment A, Page 2.
4. COMPENSATION ,
a. The Consultant will be compensated for the performance
of the work as described in Exhibit "A" at the rates
shown in Exhibit "B", not to exceed $32, 155 without
prior written authorization of the Project Manager.
b. Consultant will bill City monthly. Billing date will
be the 10th of every month. City will pay this bill
within. 45 days of receipt.
5. TIME FOR COMPLETION OF THE WORK
a. Project shall be completed in 4 months from date of
execution of this agreement by City.
b. Time extensions will be allowed for delays caused by
City, or factors not directly brought about by the
negligence or lack of due care on the part of the
Consultant.
6. TEMPORARY SUSPENSION
The Water Division Manager shall have the authority to
suspend this agreement wholly or in part, for such period as
he deems necessary due to unfavorable conditions or to the
failure on the part of Consultant to perform any provision
of this agreement. Consultant will be paid the compensation
due and payable to the date of temporary suspension.
7. SUSPENSION/TERMINATION
a. Right to Terminate. The City retains the right to
terminate this agreement for any reason by notifying
Consultant in writing seven days prior to termination
and by paying the compensation due and payable to the
date of termination; provided, however, if this
agreement is terminated for fault of Consultant, City
shall be obligated to compensate Consultant only for
that portion of Consultant services which are of
benefit to City. Said compensation is to be arrived at
by mutual agreement of the city and Consultant and
should they fail to agree, then an independent,
mutually acceptable arbitrator is to be appointed and
his decision shall be binding upon the parties.
b. Return of Materials. Upon such termination, Consultant
shall turn over to the City immediately any and all
copies of studies, sketches, drawings, computations,
4
and other data, whether or not completed, prepared by
Consultant, and for which Consultant has received
reasonable compensation, or given to Consultant in
connection with this agreement. Such materials shall
become the permanent property of City. Consultant,
however, shall not be liable for City's use of any
documents if used for other than the project
contemplated by this agreement.
8. INSPECTION
Consultantshall furnish City with every reasonable
opportunity for City to ascertain that the services of
Consultant are being performed in accordance with the
requirements and intentions of this agreement. All work
done and all materials furnished, if any, shall be subject
to the City's Project Manager's inspection and approval.
The inspection of such work. shall not relieve Consultant of
any of its obligations to fulfill its agreement as
prescribed.
9. OWNERSHIP OF MATERIALS
All original drawings, models, plan documents and other
materials prepared by or in possession of Consultant
pursuant to this agreement shall become the permanent
property of the City, and shall be delivered to the City
upon demand. The Consultant may retain a reproducible copy
for their records.
10. ASSIGNMENT: SUBCONSULTANTS: EMPLOYEES
This agreement is for the performance of professional
services of the Consultant and isnot assignable. by the
Consultant without prior consent of the City in writing.
The Consultant may employ other specialists to perform
special services as required with prior approval by the
• City.
11. NOTICES
All notices hereunder shall be given in writing and mailed,
postage prepaid, by Certified Mail, addressed as follows:
To City: Utilities Department
City of San Luis Obispo
955 Morro Street
San Luis Obispo, CA 93401
To Consultant: Boyle Engineering . Corporation
P. 0. Box 12757
San Luis Obispo, CA 93406
C 5
12. INTEREST OF CONSULTANT
Consultant covenants that it presently has not interest, and
shall not acquire any interest, direct or indirect,
financial or otherwise, which would conflict in any manner
or degree with the performance of the services hereunder.
Consultant further covenants that, in the performance of
this agreement, no subcontractor or person having such an
interest shall be employed by Consultant. Consultant
certifies that no one who has or will have any financial
interest under this agreement is an officer or employee of
City. It is expressly agreed that, in the performance of
the services hereunder, Consultant shall at all times be
deemed an independent contractor and not an agent or
employee of City.
13 . INDEMNITY
Consultant hereby agrees to indemnify and save harmless
City, its officers, agents, and employees of and from:
a. Any and all claims and demands which may be made
against City, its officers, agents or employees by
reason of any injury to or death of any person or
corporation caused by any negligent act or omission of
Consultant under this agreement or of Consultant's
employees or agents;
b. Any and all damage to or destruction of the property of
City, its officers, agents, or employees, occupied or
used by or in the care, custody, or control of
Consultant, or in proximity to the� site of Consultant's
work caused by any negligent act or omission of
Consultant under this agreement or of Consultant's
employees or agents;
C. Any and all claims and demands which may be made
against City, its officers, agents, or employees by
reason of any injury to or death of or damage suffered
or sustained by any employee or agent of Consultant
under this agreement, however caused, excepting,
however, any such claims and demands which are the
result of the negligence or willful misconduct of City,
its officers, agents, or employees;
d. Any and all claims and demands which may be made
against City, its officers, agents, or employees by
reason of any infringement or alleged infringement of
any patent rights or claims caused by the use of any
apparatus, appliance, or materials furnished by
Consultant under this agreement; and
6
e. Any and all penalties imposed or damages sought on
account of the violation of any law or regulation or of
any term or condition of any permit, when said
violation of any law or .regulation or of any term or
condition of any permit is due to negligence on the
part of the Consultant.
Consultant, at its own cost, expense, and risk, shall
defend any and all suits, actions, or other legal
proceedings that may be' brought against or. for
employees on any such claim or demand of such third
persons, or to enforce any such penalty, and pay and
satisfy any judgment or decree that may be rendered
against City, its officers, agents, or employees in any
such suit, action or other legal proceeding, when same
were due to negligence of the. Consultant.
14. WORKERS COMPENSATION
Consultant certifies that it is aware of the provisions of
the Labor Code of the State of California, which require
every employer to be insured against liability for workers
compensation or to undertake self-.insurance in accordance
with the provision of that code, and it certifies that it
will comply with such provisions before commencing the
performance of the work of this agreement.
15. INSURANCE
The Consultant shall secure and maintain in force throughout
the duration of this contract comprehensive general
liability insurance with a minimum coverage of $500, 000 per
occurrence and $1, 000, 000 aggregate for personal injury; and
$500,000 per occurrence/aggregate for property damage, and
professional liability insurance in the amount of
$1, 000, 000. Said general liability policy shall name the
City of San Luis Obispo as an additional named insured and
shall include a provision prohibiting cancellation of said
policy except upon thirty (30) days prior written notice to
the City. Certificates of coverage as required by this
section' shall be delivered to the City within fifteen (15)
days of execution of this agreement.
16. AGREEMENT BINDING
The terms, covenants, and conditions of this agreement shall
apply to, and shall bind, the heirs, successors, executors,
administrators, assigns, and subcontractors of both parties.
O
�i rte'
I
7
17. INDEPENDENT CONTRACTOR
The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided
pursuant to this agreement. Nothing in this agreement shall
be considered to create the 'relationship of employer and
employee between the parties hereto. Neither Consultant nor
any employee of Consultant shall be entitled to any benefits
accorded City employees by virtue of the services provided
under this agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or
social security or for contributing to the state industrial
insurance program, otherwise assuming the duties of an
employer with respect to Consultant, or any employee of
Consultant.
18. WAIVERS
The waiver by either party of any breach or violation of any
term, covenant, or condition of this agreement or of any
provision, ordinance, or law shall not be deemed to be a
waiver of any subsequent breach or violation of the same or
of any other term, covenant, condition, ordinance or law.
The subsequent acceptance by either party of any fee or
other money which may become due hereunder shall not be
deemed to be a waiver of any preceding breach or violation
by the other party of any term, covenant, or condition of
this agreement or of any applicable law or ordinance.
19. COSTS AND ATTORNEY'S FEES
The prevailing party in any action between the parties to
this agreement brought to enforce the terms of this
agreement or arising out of this agreement may recover its
reasonable costs and attorney's fees expended in connection
with such an action from the other party.
20. DISCRIMINATION PROHIBITED
The Consultant, with regard to the work performed by it
under this agreement, will not discriminate on the grounds
of race, color, national origin, religion, creed, age, sex
or the presence of any physical or sensory handicap in the
selection and retention of employees or procurement of
materials or supplies.
21. AGREEMENT CONTAINS ALL UNDERSTANDINGS
This document represents the entire and integrated agreement
( between City and Consultant and supersedes all prior
negotiations, representations, or agreements, either written
or oral for this project. This document may be amended only
��3-l3
by written instrument, signed by both City and Consultant.
All provisions of this agreement are expressly made
conditions. This agreement shall be governed by the laws of
the State of California.
IN WITNESS WHEREOF, City and Consultant have executed this
agreement on the day and year first above written.
CONSULTANT
By
CITY OF SAN LUIS OBISPO
By
i
ATTACHMENT A
Scope of Services
C
Specific tasks that the Boyle project team propose to perform are as follows:
Task 100 Data Collection and Meetings
101 Obtain, review, and summarize available data pertaining to surficial and subsurface
geology, hydrogeology, and hydrology. Potential sources of this information are City
records, Department of Water Resources (DWR) records, and local water well driller's
logs.
102 Obtain and review water well driller's logs, exploratory logs, pump test results, ground
water quality, and other data relating to the City's recent ground water development
program. Additional exploratory drilling is not anticipated to be necessary for this
investigation due to the fact that the City has undertaken extensive exploratory drilling
the last year. Therefore, our scope of services does not include exploratory drilling
l activities at this time.
103 Attend progress review meetings with City staff members during the course of the
evaluation:
104 Assist the City staff with two (2) presentations to the City Council.
Task 200 Aquifer Definition
201 Produce subsurface geologic cross-sections of the San Luis Obispo Valley Aquifer
(DWR Designation 3-9) by using the information gathered in Task 100. Indicate the
limits of the approximately 15 square mile aquifer and provide a general description of
the geology and hydrogeology.
202 Prepare a set of 24" x 36" contour maps of the ground water piezometric surface
indicating existing well locations and the general direction of flow and indicating any
pressure zones. We propose to make use of the City's existing 1"=600' base maps or
1'=2,000' USGS topographic maps as the graphic basis for this set of contour maps.
The end product will be a 'flow net" type of illustration indicating the basin boundary (e.
limits of the water-yielding zone).
203 Identify and.describe existing areas of recharge into the basin. Present information
regarding their location,source of inflow,timing, and volume.
204 Identify potential new recharge locations and describe their location, method of
recharge, source of water for recharge, and degree of benefit.
Task 300 Sustained.Yeld Estimation
301 Identify points of withdrawal and estimate the total annual withdrawals from the basin..
Estimate the net useable storage volume in the basin.
302 Select a 'hydrologic base period' which represents average recharge (e. rainfalQ
conditions for the San Luis Obispo Valley Aquifer.
303 Prepare a awater budget* for the basin over the hydrologic base period which reflects
historical water level records under average recharge and withdrawal conditions.
To prepare such a water budget, the Boyle project team would examine existing crop
survey results in order to account for water consumption.by crops and for evaporative
losses. An update to the 1984 State of California crop survey was prepared by the
County of San Luis Obispo Agricultural Department. Boyle proposes to make use of
this more recent data.
304 At the conclusion of the water budget,the Boyle project team will estimate the sustained
yield of the basin, determine the amount of ground water being pumped by entities -�
other than the City, and estimate the remaining amount that may be available for use by
the City of San Luis Obispo.
Please note that Boyle does not propose at this time to address potential water rights
issues that the City may face in expanding its ground water program particularly 'rf
alluvial withdrawals from known and definite channels make up a portion of such
withdrawals. We would be happy to assist the City in interpreting such water rights
issues as an extension to this evaluation if found to be necessary at a later date.
Task 400 Preliminary Environmental Impact Evaluation
401 Identify and discuss the general environmental impacts associated with ground water
withdrawals beyond the estimated safe yield of the basin.
402 Discuss in particular the possible effects of short-term overdraft, for example,to provide
continuing water supply to the City during years when the surface reservoirs may be
depleted due to below-normal precipitation. Such effects may include interference with
existing well, impacts on vegetation, especially in springs or other high water table
areas, or land surface subsidence.
Although water quality impacts are not emphasized in the basic scope of services
indicated in the City's request for proposals, the presence of TCE and PCE levels in
excess of the recommended maximum contaminant levels in the Dalidio and Auto Park
12-13 -14
wells suggests the need for careful examination of water quality issues. Therefore, the
Boyle project team suggests that the scope of services for this evaluation be expanded
to include a water quality investigation. This is described in a later section.
403 Present possible mitigation measures aimed at addressing the environmental impacts
previously identified. . .
It is apparently not the City's intent to examine the broader spectrum of growth impacts
resulting from increased water supplies to San Luis Obispo. Therefore, Boyle does not
propose to discuss such issues under the basic scope of services.
Task 500 Ground Water Management Plan
501 Evaluate the City's current well system and make recommendations as to the location of
additional wells. Provide estimates of maximum pumping rates for the additional wells.
502 Formulate a ground water management plan for the City which would include
recommendations for coordinated use of existing and proposed"wells in connection with
the City's reservoir supply. Specifically, recommend coordinated use of these sources
of supply during years of varying rainfall amounts.
Task 600 Report Preparation
601 Prepare a draft report on the findings of theround water evaluation and submit six 6
g )
copies to the City.
602 City staff review period.
603 Revise and submit twelve (12) copies plus one 'camera ready' version of the final report
to the City.
c�3-�r
ATTACIRIENT B
Fees for Professional Services and Project Schedule - -
?he attached Task Cost Report indicates the number of man-hours and other resources
designated for each task. Boyle proposes to perform the Ground Water Basin Evaluation for
the City on a time-and-materials basis at a cost not to exceed 532,155 without written
authorization from the City.. This cost includes fees for Kenneth D..Schmidt-& Associates as
well. Cost of outside consultant and travel are included in the column under'Other Costs'.
Boyle proposes to invoice the City monthly for services rendered in the prior month, payment
for which will be due within 30 days. Additional services requested by the City will be billed at
the hourly rates indicated in the attached fee schedule.
Boyle will also provide certificates of Workers compensation Insurance, Comprehensive
General Liability Insurance, and Errors and Omissions Insurance at the request of the City.
Boyle does carry policies in amounts that meet or exceed the City's minimum requirements of
$500,000/51,000,000.
Further, Boyle Engineering Corporation and Kenneth D. Schmidt & Associates are licensed to
practice the work required under this proposal in the State of California. The Boyle San Luis
Obispo office does have a City of San Luis Obispo business license. -
Following the Task Cost Report is a Gantt chart for the project indicating the time frame in which
major activities are to be performed. This project schedule is based on receipt of Notice to -
Proceed by May 1, 1990. Under this schedule, Boyle proposes to submit the draft report to the
City by August 10, 1990.
C'•�•l8
[
Task Cost Report 0
BOYLE ENGINEERING CORPORATION SAN LUIS OBISPO G W EVALUAT16N
5851 Thille St., Suite 201 VT-699-197-10.
Ventura, California 93003 Project Mgr: CHRISTINE FERRARA
Page I
---------------
COST IN DOLLARS
D a t e Personnel-Hours Total Other
--------•- Task Descriptions --------- Start Finish A B C D E F Hours Labor Direct Totals
-------------•---•-•--••-----••----....----..--.....----------------•-••----•.----••--:._....----------------•------.......... 1
TASK 100 DATA COLLECTION & MEETINGS
i
101 OBTAIN & REVIEW DATA 05/01/90 05/09/90 4 8 O 0 0 0 12 980 0 980
102 EXAMINE DRILLER'S LOGS 05/07/90 05/14/90 0 4 0 0 0 0 4 300 0 300
103 REVIEW MEETINGS 05/01/90 08/10/90 8 12 0 0 0 8 28 1900 500 2400
104 CITY COUNCIL MEETINGS 05/01/90 08/10/90 16 16 0 0 0 0 32 2720 1000 3720
TASK 200 AQUIFER DEFINITION
201 PRODUCE AQUIFER SECTIONS 05/14/90 05/25/90 8 8 0 0 0 0 16. 1360 2000 3360
202 PREPARE CONTOUR MAPS 05/25/90 06/04/90 10 6 8 4 28 0 56 3240 300 3540
203 IDENTIFY POINTS OF RECHARGE 05/30/90 06/06/90 0 10 0 0 0 0 10 750 0 750
204 IDENTIFY NEW RECHARGE 05/30/90 06/06/90 0 7 0 0 0 0 7 525 0 525
i
TASK 300 SUSTAINED YIELD ESTIMATION
301 ESTIMATE ANNUAL WITHDRAWALS 05/30/90 06/04/90 4 2 0 0 O 0 6 530 0 530
302 ESTABLISH HYDRO. BASE PERIOD 06/04/90 06/08/90 0 6 O 0 0 0 6 450 500 950
303 PREPARE WATER BUDGET 06/08/90 06/20/90 8 16 0 0 0 0 24 1960 S00 2460
304 ESTIMATE ANNUAL SUSTAINED YIELD 06/20/90 06/25/90 4 6 0 0 0 0 10 830 200 1030
TASK 400 ENVIRONMENTAL IMPACT EVAL.
401 DISCUSS ENVIRONMENTAL IMPACTS 06/25/90 06/28/90 O 4 0 0 0 0 4 300 500 800
402 DISCUSS IMPACTS OF OVERDRAFT 06/28/90 07/02/90 0 4 0 0, 0 0 4 300 750 1050
403 SUGGEST MITIGATION MEASURES 07/02/90 07/05/90 0 4 0 0 0 O 4 300 500 800
'ASK 500 GROUND WATER MANAGEMENT PLAN
501 RECOMMEND ADDITIONAL WELL SITES 07/05/90 07/10/90 6 8 0 0 0 0 14 1170 0 1170
502 FORMULATE COORD. USE 07/10/90 07/13/90 10 8 0 0 0 0 18 1550 0 1550
TASK 600 PREPARE REPORT
601 PREPARE DRAFT 07/13/90 07/20/90 12 16 0 0 16 12 S6 3340 500 3840
602 CITY REVIEW 07/23/90 07/30/90 0 2 0 0 0 0 2 150 0 150
603 SUBMIT FINAL REPORT 07/31/90 08/10/90 6 10 0 0 0 6 22 1500 750 2230
-----------------------------------------------------------------------------------------------------------------------------
Project Total 96 157 8 4 44 26 335 24155 8000 32155
Resource Code Avg Rate
--•-----
A =.PRINCIPAL 95.00
B = SENIOR ENGR. 75.00
C - ASSOCIATE ENGR. 65.00
D = ENGINEER TECH. 50.00
E = SENIOR DRAFTER 40.00
F = CLERICAL 30.00
l
Project SchedGantt Chart
7 i
BOYLE ENGINEERING CrA- -itATION AS OBISPO G W EVALUATION
5851 Thille St., Suite 201 VT-699-197-10
Ventura, California 93003 Project Mpr: CHRISTINE FERRARA
1
MM 05 05 05 05 05 06 06 06 06 07 07 07 07 07 08
US
DD 01 08 15 22 29 05 12 19 26 03 .10 17 24 31 07 14
T7 90 90 90 90 90 90 90 90 90 90 90 90 90 90 90 90
---------------
TASK 100 DATA COILECT30N i.MEETINGS I I I I I I I I I I I - I I I I I
IIlI1iIIIiIIIil1
101 OBTAIN E REVIEW DATA r-� • I I I i I I I I I 1 1 I I - I
102 WHINE DRILLERgS Lots
103 REVIEW MEETINGS -
104 CITY COUNCIL MEETINGS
- IIIIiIIII1lIIII
TASK 200 AQUIFER DEFINITION 1 I 1 1 I I I I ( I I 1 1 I I I
1I1I1IIIIII - iiII • .I
201 PRODUCE AQUIFER SECTIONS
2.0.2 PREPARE CONTOUR MAPS
203 IDENTIFY POINTS OF RECHARGE I I i I I I I I 1 1 1 I 1 11
204 IDENTIFY NEW RECHARGE
TASK 300 SUSTAINED YIELD ESTIMATION
301 ESTIMATE ANNUAL WITHDRAWALS I I I 1 I>=1 I I I I I I I I I I
302 ESTABLISH HYDRO. BASE PERIOD 1 I 1 I 11 1 I I i I I 1 I I
3D3 PREPARE WATER BUDGET
f 304 ESTIMATE ANNUAL SUSTAINED YIELD I 1 I I I 1. 1 IRI I 1 i 1 1 I I
III � IIIII � IIIIIiII
TASK 400 ENVIRONMENTAL IMPACT EVAL.
1II1II1IIIII - I - iIi
( 401 DISCUSS ENVIRONMENTAL IMPACTS I I 1 I 1 I I 1 1 1 •) I i 1 I
402 DISCUSS IMPACTS OF OVERDRAFT I 1 I 1 I I 1 1 I of 1 1 I I 1 1
403 SUGGEST MITIGATION MEASURES I 1 11 1 I I 1 I 1 I I I 1 1
IIIIII111II1 • .III1
TASK 500 GROUND WATER.MANAGEMENT PLAN
• IIIIIIIIiIl - I - 1 - 1 . '�
501 RECOMMEND ADDITIONAL WELL SITES
502 FORMULATE CGORD. USE
1i111I1iI1111II �
TASK 600 PREPARE REPORT
ILII - II1IIII1IIiI
601 PREPARE DRAFT
ire CITY REVIEW 1 I I I I I I I I I I I > I I I
( 603 SUBMIT FINAL REPORT
• .
/3•�D
k --
t �
+ Page 1 of 2
FEE SCHEDULE FOR PROFESSIONAL SERVICES
t
Boyle Engineering Corporation (SL) '
t
Effective March 1, 1990
l ; Engineers,Planners,Architects,Scientists:
If Principal $ 95.00 per hour
Senior II $ 80.00 per hour 1
Senior $ 75.00 per.hourAssociate l
Assistant II $ 65.00 per hour I
$ 50.00 per hour
Assistant 1 $ 45.00 per hour
t
Technical Support Staff:
r Designer Supervisor $ 65.00 per hour
It Senior Technician/Senior Designer $ 50.00 per hour
Engineering Technician/Designer $ 45.00 per hour
Senior Drafter $ 40.00 per hour
Drafter $ 35.00Pe r hour
$ 30.00
Clerical/Technical Typist per hour
� ff .
l Direct Project Expenses: E
.EEEE
Reproduction Actual cost + 15%
f Communication(Mail and Telephone) Actual cost + 15%
Travel-Automobile-Out of City $0.30 per mile
Travel-Other Than Automobile Actual cost + 1596 +
Subcontracted Services Actual cost + 1596 1
Computer Services and Computer Aided Design See Separate Schedule
` (See Page 2)
If authorized by the client,an overtime premium multiplier of 1.5 will be applied to the billing rate of hourly
j personnel who work overtime in order to meet a deadline which cannot be met during normal hours.
Applicable sales taxes, if any,will be added to these rates. Corporate officers and consulting engineers will
be billed at 1.2 times the stated rate for Principal. Invoices will be rendered monthly. Payment is due upon
f presentation. A late payment finance charge of 1.5%per month(but not exceeding the maximum rate
allowable bylaw)will be applied to any unpaid balance commencing 30 days after the date of the original
,
invoice.
---IL
ti
' I
(I
Page 2of2
! STANDARD RATE SCHEDULE
i COMPUTER SERVICES
i Boyle Engineering Corporation
j Effective March 1, 1990
. t
j Intergraph Computer-Aided Design and Drafting (CADD)System
. Our Intergraph CADD system utilizes a Digital Equipment Corporation VAX 11/751 computer with 4 megabytes
i of main memory,919 megabytes of disk memory,floating point accelerator, cache memory, magnetic tape,
1! and a high-speed pen plotter. Graphics workstations Have dual 194nch high-resolution screens,digitizer table,
! II and menu tablet. Unit charges for equipment are as follows:
t Graphic Workstation $ 21.50 per hour
Pen Plotter $ 21.50 per hour I
�. Terminal (CRT or Printer) $ 16.50 per hour
Microcomputers and CADD Systems
Microcomputers includes the IBM PC/XT, IBM PC/AT,AST Premium 286 and 386,and other similar I�
equipment. Charges are based on an hourly rate for the computer and standard software plus a resource
charge for special applications software,and special equipment such as plotters and high-resolution monitors.
t �
Word Processing System with Laser Print $ 12.00 per hour
r Engineering Computer System and Standard Software $ 16.50 per hour
{ Electrostation Plotter and Computer $150.00 per hour
Resource Charge:
AutoCAD Computer Aided Design $ 5.00 per hour STAAD III-Structural Design $ 20.00 per hour
MicroStation II (Intergraph) CADD $ 5.00 per hour Rand MICAS-Structural Design $ 26.00 per hour
Point Line Computer Aided Design $ 5.00 per hour AES HYDRO-Hydrologic Analysis $ 24.00 per hour
s DAPPER -Electrical Design $ 37.50 per hour BoyleNet-Water Distrib Analysis $ 5.00 per hour
! CAPTOR-Overcurrent Analysis $ 27.00 per hour KYPIPE-Water Distrib Analysis $ 10.00 per hour
Trane TRACE-HVAC Design $ 29.25 per hour BoyleCOGO-Coordinate Geometry $ 5.00 per hour
i Carrier HVAC System Design $ 23.25 per hour BDTM-Digital Terrain Model $ 5.00 per hour
ROUTE IV-Drainage Design $ 4.50 per hour SWAN -Sanitary Sewer Analysis $ 10.00 per hour
GWFM-Groundwater Modeling $ 14.50 per hour CONTOURS-Contour Plotting $ 10.00 per hour,
HP 3000/925 Computer System
The Hewlett Packard HP 3000/295 computer has 32 megabytes of main memory, 1.2 gigabytes of disk
memory, a 600 line-per-minute upper-lowercase printer, 8 laser printers, magnetic tape and four drum plotters.
Seventy-two terminals are connected directly or via telephone lines. Unit charges are as follows:
Elapsed Time (terminal, printer, plotter) $ 21.50 per hour
Resource Charge-SURGE Analysis $ 6.00 per minute
Outside Computer Services
Charges for outside computer services will be billed at invoice cost plus twenty-five percent.
This rate schedule is subject to revision annually.
Al �o�.