Clerk of the Board Use Only Butte County Board of ...

25
Butte County Board of Supervisors Agenda Transmittal Clerk of the Board Use Only Agenda Item: Subject: Department: Meeting Date Requested: Contact: Phone: Regular Agenda Consent Agenda Department Summary: (Information provided in this section will be included on the agenda. Attach explanatory memorandum and other background information as necessary). Fiscal Impact: Personnel Impact: Action Requested: Administrative Office Review: Contract - Brown and Caldwell Water and Resource Conservation September 15, 2015 Paul Gosselin 538-3804 On January 8, 2013, the Board of Supervisors authorized the Department of Water and Resource Conservation to conduct the Water Resource Management and Protection Project. The Project was comprised of four interrelated components –the Water Resource Inventory and Analysis Report; Water Resources Analyses (i.e. groundwater modeling); Groundwater Recharge Investigation, and; Local Water Supply Management Options. This Stable Isotope Recharge Investigation is part of the Water Resource Management and Protection Project that focuses on conducting tasks associated with the Groundwater Recharge Investigation. The stable isotope recharge investigation builds upon the research and recommendations of the Lower Tuscan Aquifer (LTA) Investigation. The Stable Isotope Recharge Investigation will assess existing stable isotope data, develop a field sampling manual, conduct a field investigation and assess the data. A technical steering committee will review the methodologies and results. A robust public outreach effort will be part of the investigation. On May 1, 2015, the Department issued a request for proposals to conduct a stable isotope recharge investigation. The deadline to submit proposals was June 15, 2015. The RFP review committee recommended that Brown and Caldwell be awarded the contract to conduct the investigation for $135,143. The contract will terminate on June 30, 2017. $135,143 of County General Fund over two fiscal years. Does not apply. Approve agreement and authorize the Chair to sign subject to review by County Counsel and the Auditor-Controller. 3.26 Sang Kim, Deputy Chief Administrative Officer

Transcript of Clerk of the Board Use Only Butte County Board of ...

Page 1: Clerk of the Board Use Only Butte County Board of ...

Butte County Board of Supervisors

Agenda Transmittal

Clerk of the Board Use Only

Agenda Item:

Subject:

Department: Meeting Date Requested:

Contact: Phone: Regular Agenda Consent Agenda

Department Summary: (Information provided in this section will be included on the agenda. Attach explanatory memorandum and other background information as necessary).

Fiscal Impact:

Personnel Impact:

Action Requested:

Administrative Office Review:

Contract - Brown and Caldwell

Water and Resource Conservation September 15, 2015

Paul Gosselin 538-3804

On January 8, 2013, the Board of Supervisors authorized the Department of Water and Resource Conservation to conduct the WaterResource Management and Protection Project. The Project was comprised of four interrelated components –the Water ResourceInventory and Analysis Report; Water Resources Analyses (i.e. groundwater modeling); Groundwater Recharge Investigation, and;Local Water Supply Management Options. This Stable Isotope Recharge Investigation is part of the Water Resource Management andProtection Project that focuses on conducting tasks associated with the Groundwater Recharge Investigation. The stable isotoperecharge investigation builds upon the research and recommendations of the Lower Tuscan Aquifer (LTA) Investigation. The StableIsotope Recharge Investigation will assess existing stable isotope data, develop a field sampling manual, conduct a field investigationand assess the data. A technical steering committee will review the methodologies and results. A robust public outreach effort willbe part of the investigation. On May 1, 2015, the Department issued a request for proposals to conduct a stable isotope rechargeinvestigation. The deadline to submit proposals was June 15, 2015. The RFP review committee recommended that Brown andCaldwell be awarded the contract to conduct the investigation for $135,143. The contract will terminate on June 30, 2017.

$135,143 of County General Fund over two fiscal years.

Does not apply.

Approve agreement and authorize the Chair to sign subject to review by County Counsel and the Auditor-Controller.

3.26

Sang Kim, Deputy Chief Administrative Officer

Page 2: Clerk of the Board Use Only Butte County Board of ...

Water and Resource Conservation Paul Gosselin, Director 308 Nelson Avenue T: 530.538.4343 Oroville, California 95965 F: 530.538.3807

buttecounty.net/waterresourceconservation [email protected]

MEMORANDUM

September 15, 2015

TO: Butte County Board of Supervisors

FROM: Paul Gosselin, Director RE: Recommendation to Contract with Brown and Caldwell for work associated with the

Stable Isotope Recharge Investigation

On January 8, 2013, the Board of Supervisors authorized the Department of Water and Resource Conservation to conduct the Water Resource Management and Protection Project. The Project was comprised of four interrelated components –the Water Resource Inventory and Analysis Report; Water Resources Analyses (i.e. groundwater modeling); Groundwater Recharge Investigation, and; Local Water Supply Management Options. This Stable Isotope Recharge Investigation is part of the Water Resource Management and Protection Project that focuses on conducting tasks associated with the Groundwater Recharge Investigation. Understanding how groundwater recharges is a critical aspect of assessing the county’s water balance. The geology and hydrology in Butte County is complex and presents considerable uncertainty for managing the resource and utilizing analytical tools (such as groundwater modeling). Although a significant amount of data has been produced to realistically assess water demand (Inventory and Analysis Report 2001, Agricultural Water Demand Forecast 2003, Urban Water Demand Forecast 2003), additional research is needed to refine future analyses, and further explore recharge processes and groundwater-surface water interaction in the basin. This project will build on and add to current data (most recently the Lower Tuscan Aquifer Investigation) that helps inform our conceptual understanding of Butte County’s groundwater resources. The stable isotope recharge investigation builds upon the research and recommendations of the Lower Tuscan Aquifer (LTA) Investigation. The Lower Tuscan Aquifer (LTA) Investigation was a three year study completed in June 2013 that used a suite of field approaches and analyses to improve the understanding of the regional aquifer including aquifer properties, groundwater-surface water interaction, recharge processes, and pumping activity impacts on the aquifer. Stable isotope (hydrogen and oxygen) data were obtained at several locations as an add-on to the project and proved to be valuable in gaining insights on the identification and elimination of potential major recharge areas. One of the recommendations in Future Data Needs from the LTA project is an expansion of stable isotope analysis to include greater spatial coverage, explore the seasonal variation in the stable isotope signature of hydrogen

Page 3: Clerk of the Board Use Only Butte County Board of ...

and oxygen, and consider use of stable isotopes of other elements including possibly boron, carbon, sulfur, and/or nitrogen. The investigation will improve understanding the dynamics of recharge on the perimeter of the basin as geology and soil characteristics transition from the low foothills into the valley floor. Stable Isotopes Explained Stable isotope analysis of water samples is based on the principal that the hydrogen and oxygen atoms that form water molecules contain different isotopic forms. Isotopes are two forms of the same element that have different numbers of neutrons and thus differ in atomic mass. However, isotopes have the same chemical properties. Stable isotopes are those that do not undergo radioactive decay and, thus, do not change composition over time. The most prevalent stable isotopes in water are deuterium (D) and oxygen-18 (18O). These isotopes are present at very low levels in sea water, in the parts per thousand range and have atomic masses that are greater than those of the most common isotopes, which are hydrogen (H) and oxygen-16 (16O). The proportion of deuterium and 18O in a water sample is reported relative to a standard value, defined as Standard Mean Ocean Water (SMOW) on a parts per thousand (per mil) basis. As water vapor moves inland from the ocean and forms clouds, the isotopic composition of the resulting precipitation is affected by the temperature, altitude, and distance from the ocean. Precipitation that falls at lower latitudes, higher temperatures, and/or lower altitudes will tend to have a higher proportion of the heavier isotopes compared to precipitation that falls farther to the north, farther inland, and at higher altitudes. As the proportion of heavier isotopes in the precipitation decreases with increasing distance from the ocean, for example, the water is said to be more depleted. This effect is illustrated on Figure 1. In California, the isotopic shift in precipitation owing to cloud movement inland from the coast has been documented.

Isotope data are reported using delta notation (δ) and are displayed graphically with 18O (δ18O) on the x (horizontal) axis and deuterium (δD) on the y (vertical) axis. Because the isotopic data are presented as ratios relative to the SMOW isotope concentrations, the δ18O and δD values are negative numbers. Thus, data values that plot farther to the left and lower on the

Figure 1. Changes in stable isotope composition with increasing distance inland

Page 4: Clerk of the Board Use Only Butte County Board of ...

chart represent precipitation that fell farther from the ocean and/or at higher elevations than data values that plot farther to the right and higher on the chart, as illustrated on Figure 2. This is useful because different water sources can have distinct isotopic signatures and therefore this can be used to better understand regional recharge and groundwater flow paths. Request for Proposals (96-15) On May 1, 2015, the Department issued a request for proposals (96-15) to conduct a stable isotope recharge investigation. The deadline to submit proposals was June 15, 2015. The desired outcomes of the investigation include the development of the following:

A comprehensive compilation of available stable isotope and other relevant water quality data from previous studies throughout the Northern Sacramento Valley (Sutter Buttes to Redding);

An updated conceptual model of source waters, recharge processes, and basin dynamics south of Chico and in the Butte Creek area;

Analysis and a map that quantifies relative amounts of water source (local precipitation vs. stream recharge) in sampled groundwater;

A greater understanding of vertical groundwater movement and recharge sources with depth by sampling groundwater from multi-completion well nests;

A greater understanding of seasonal variability of stable isotopes in sampled surface and groundwater;

Specific recommendations for how results should influence and inform mapping of recharge areas in the county, and;

A public outreach and education program that will heighten public awareness and understanding of the aquifer and recharge processes.

The RFP called for the investigation to be conducted in two phases. Phase 1

1. Compilation and Assessment of Existing Stable Isotope Data This task involves conducting a literature review and data mining of existing stable isotope data from previous studies throughout the Northern Sacramento Valley (north of

Figure 2. Typical stable isotope plot showing the trend in values with increasing distance

from the ocean, or increasing altitude.

Page 5: Clerk of the Board Use Only Butte County Board of ...

the Sutter Buttes to Red Bluff). The contractor will work with County staff to create a ‘library’ of pertinent studies and data. Conclusions and interpretations of recharge processes and water source in these existing studies will be summarized.

2. Developing a Field Sampling Protocol. This task includes developing a field sampling plan in consultation with County staff and the technical steering committee. The contractor will provide expertise in designing the sampling methodology and the extent and ideal locations of the sampling grid. The contractor will describe their recommendations for the following aspects of the field sampling protocol:

Important considerations and aspects of the field sampling plan Water analyses to be conducted (stable isotopes of hydrogen and oxygen

expected, specify others if any) Frequency and timing of sampling and length of sampling season Combination and number of sampling sites for each of the following categories

o Well network for groundwater sampling o Surface water sampling sites o Precipitation sampling sites (if any)

Phase 2 1. Field Investigation

The field investigation will be based on the Field Sampling Protocol. The County will be responsible for identifying and gaining right of entry to sampling locations. The field sampling will be done by County staff in cooperation with the consultant team. Lab to be used for analyses will be contracted by the Department based on the recommended protocol in the Field Sampling Protocol.

2. Preparation of Stable Isotope Analysis Recharge Report The County will provide the consultant with electronic spreadsheet/database of isotope data, electronic copies of lab analysis reports and other data. The contractor will analyze, interpret, and document data collection in the form of a final report

Two related components of the investigation will be a technical steering committee and public outreach. The Department has formed a technical steering committee that will provide scientific review and recommendations on the both phases of the investigation. Additionally, the investigation will have a robust public outreach component that will be led by the Department. The public will be kept informed throughout the investigation. The desired qualifications of the engineering/environmental firm were:

Interpretation and analysis of stable isotope data to refine study objectives and better understand recharge processes and groundwater-surface water interaction in the study area;

Water quality field sampling plan design (including surface water, groundwater, and possibly precipitation sampling);

Water sampling, QA/QC procedures, and data management;

Page 6: Clerk of the Board Use Only Butte County Board of ...

Interaction with public and technical advisory representatives to communicate study objectives, approaches, and results.

Response to RFP 96-15 The County received proposals from six companies –

(1) Aecom; (2) Broadbent; (3) Brown and Caldwell; (4) Kleinfelder; (5) Stantec; (6) West Yost Associates.

Review and Recommendation The proposals were evaluated by the review committee –

Dr. Christina Buck, Department of Water and Resource Conservation Debbie Spangler, Department of Water Resources John Lane, Chico Environmental Science and Planning (former Water Commissioner)

The proposals were reviewed based on completeness, understanding and approach (10 points), capabilities of contractor (30 points), work plan (30 points), schedule (10 points) and cost (20 points). The review entailed a meeting to discuss each of the proposals and an interview of the top two proposals. Based on the review criteria and scoring, the proposal from Brown and Caldwell was selected and selection committee unanimously recommended that the Board of Supervisors approve the contract with Brown and Caldwell. The contract with Brown and Caldwell will begin upon execution and end on June 30, 2017. The total cost of the contract services is $135,143.

Page 7: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 1 of 19

PROFESSIONAL SERVICE CONTRACT GREATER THAN $25,000 This Contract, dated as of the last date executed by the County of Butte is between the County of Butte, a political subdivision of the State of California, hereinafter referred to as “COUNTY”, and the professional service contractor indicated in the variable information table below, hereinafter referred to as “CONTRACTOR.”

VARIABLE INFORMATION TABLE

Term of This Contract (Complete Dates in Just One of the Following Three Rows)

Term Begins Term Completion Date

On Following Date September 15, 2015 On Following Date June 30, 2017

County Department Water and Resource Conservation

Basis of Price (Do Not √ More Than One of the Following Four Blocks)

Price Fixed Price Annual Price Monthly Price Hourly Rate

Not-to-Exceed Price $135,143 √ if Reasonable Expenses are authorized in addition to Hourly Rate

CONTRACTOR Contact Information COUNTY Contact Information

CONTRACTOR Brown and Caldwell Project Manager

Christina Buck

Address 10540 White Rock Road, suite 180 Address 308 Nelson Avenue

City, State & ZIP Rancho Cordova, CA 95670 City, State & ZIP

Oroville, CA 95965

Telephone 916-444-0123 Telephone 530-538-4343

Facsimile 916-635-8805 Facsimile 530-538-3807

WHEREAS, COUNTY, through the COUNTY Department identified above, desires to have work described in the Attachment III - Scope of Work performed; and WHEREAS, CONTRACTOR possesses the necessary qualifications to perform the work described herein; NOW THEREFORE BE IT AGREED between the parties to this Contract that this Contract is subject to the provisions contained in the following attachments, which are made a part of this Contract. Should there be any conflicts between this Contract and the attachments that are incorporated herein precedence shall first be given to the provisions of this Contract followed by the attachments, in descending order, as indicated below: Attachment I – Terms and Conditions (including Exhibit “A”) Attachment II – Insurance Requirements for Professional Services Contract

Attachment VI – Professional Credentials Attachment III – Scope of Work By signature below, the department head or his or her deputy certifies that no unauthorized alterations have been made to the Attachment I – “Terms and Conditions” and/or the Attachment II – “Standard Insurance Requirements.”

Paul Gosselin Typed or Printed Name Signature Date

This Contract and the above listed Attachments represent the entire undertaking between the parties.

COUNTY CONTRACTOR By Doug Teeter, Chair Date J. Dave Zuber, Vice President Date Board of Supervisors Brown and Caldwell

REVIEWED FOR CONTRACT POLICY COMPLIANCE, REVIEWED AS TO FORM SUBJECT TO BUDGETARY APPROPRIATION BRUCE S. ALPERT General Services Contracts Division BUTTE COUNTY COUNSEL

By By

Page 8: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 2 of 19

ATTACHMENT I

TERMS AND CONDITIONS

1. Scope of Work. The work to be undertaken is identified in the attached “Attachment III – Scope of Work” which is

made a part of this Contract. 2. Reimbursement. The work shall be performed for the Fixed price, Annual price, Monthly price or Hourly rate as

indicated above in the variable information table, but shall not exceed the Not-to-Exceed Price if included in the variable information table. Reasonable expenses if authorized and specified in addition to the Hourly Rate if both the Hourly Rate block and the block authorizing Reasonable Expenses are checked in the variable information table. Payment shall be made after the Project Manager or designee reviews and approves the work and after submittal of an invoice by the CONTRACTOR. Expenses and or materials if stipulated shall be paid only upon prior approval and with receipts and only after review and authorization by the Project Manager.

3. County Project Manager. The COUNTY Project Manager or designee for this undertaking who will receive payment

invoices and answer questions related to the coordination of this undertaking is identified above in the variable information table.

4. Independent Contractor. CONTRACTOR is an independent contractor, working under his/her own supervision and

direction and is not a representative or employee of COUNTY nor is the CONTRACTOR a partner or in any way directly affiliated with the COUNTY. CONTRACTOR agrees to file tax returns, report compensation and pay all applicable taxes on amounts paid pursuant to this Contract.

5. Ownership. CONTRACTOR by execution of this contract acknowledges that this is a Work for Hire agreement and

hereby grants ownership of all work performed by the CONTRACTOR under this agreement to the COUNTY. The COUNTY shall retain the exclusive right of ownership to the work, products, inventions and confidential information produced in performance of this contract for the COUNTY by the CONTRACTOR.

6. Confidentiality. The CONTRACTOR shall comply as follows and in accordance with the required performance of this

contract: a. All applications, records, data or any information concerning any individual made or kept by any public office,

officer or department obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties, shall be the confidential property of the COUNTY and shall not be communicated, transmitted, reproduced or in any other way conveyed to any person not directly a party to this contract, its terms and conditions in accordance with all applicable laws and regulations including but not limited to the Health Insurance Portability and Accountability Act of 1996 (HIPAA) and any implications thereof including destruction of records or data as appropriate under compliance criteria.

b. No person will publish or disclose or permit or cause to be published or disclosed any data, facts, figures, list

of persons or any other form of information obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties. No person shall publish, disclose, or use or permit, or cause to be published, disclosed or used any confidential information pertaining to any individual or group of individuals obtained by the CONTRACTOR in the performance of duties or as a consequence of performing said duties.

c. CONTRACTOR agrees to inform all employees, agents, associates and partners on the above provisions and

that any person knowingly and intentionally violating the provisions of this clause is guilty of a misdemeanor. CONTRACTOR shall bear equal responsibility for any violation of the provisions of this paragraph.

d. CONTRACTOR agrees and understands that if confidential information concerning any individual made or kept

by any public office, officer or department is obtained by the CONTRACTOR and included on any memory device that may be housed in a computer, or other device (such as a “PDA”) may become subject to Federal HIPAA requirements and/or any state or local regulations that apply which could result in surrender of the hard drive, sanitization or the destruction thereof in accordance with Department of Defense (DoD) 5220.22-M standard and/or industry standards current to time of the release of the equipment which ever represents the greatest level of (permanent) information destruction. At the very least, at the end of this contract, CONTRACTOR may be required to stipulate to the fact that no such files exist.

7. Termination. This Contract may be terminated by either the COUNTY or CONTRACTOR by a thirty day written notice.

Authorized costs incurred by the CONTRACTOR will be reimbursed up to the date of termination. Notwithstanding

Page 9: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 3 of 19

anything stated to the contrary herein, this Contract shall expire on the Completion Date indicated in the above Variable Information Table unless the Completion Date is modified by written amendment to this Contract.

8. Indemnification. CONTRACTOR agrees to accept responsibility for loss or damage to any person or entity, and to

defend, indemnify, hold harmless and release the COUNTY, its officers, agents and employees from and against any and all actions, claims, damages, disabilities or expenses that may be asserted by any person or entity, including CONTRACTOR, to the extent arising out of or in connection with the negligent acts or omissions or willful misconduct in the performance by CONTRACTOR hereunder, whether or not there is concurrent negligence on the part of the COUNTY, but excluding liability due to the active negligence or willful misconduct of the COUNTY. This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for CONTRACTOR or its agents under worker’s compensation acts, disability benefit acts, or other employee benefits acts. CONTRACTOR shall be liable to COUNTY for any loss of or damage to COUNTY property arising out of or in connection with CONTRACTOR’s negligence or willful misconduct. Regardless of any other term of this Agreement, in no event shall either party be responsible or liable to the other for any incidental, consequential or indirect damages.

9. Right to Monitor/Audit and Associated Liability. It being understood by the parties hereto that the COUNTY’s

funding source herein may be COUNTY, State and/or Federal appropriation, and therefore CONTRACTOR is responsible for administering the program as described herein, CONTRACTOR agrees to accept responsibility for receiving, replying to and/or complying with an any audit of this project which may be deemed appropriate or required in compliance with COUNTY, State or Federal mandates and to reimburse the COUNTY for any liability upon the COUNTY for any discrepancy resultant from said audit exceptions or for any liability that result from a breach of contract, misrepresentation or inaccuracy.

10. Record Retention and Availability. CONTRACTOR shall maintain and preserve all records related to this agreement

in its possession (or will assure the maintenance of such records in the possession of any third party performing work related to this agreement) for a minimum period of three (3) years from the effective date of this agreement, or until all State and/or Federal audits are complete, whichever is later. Upon request, CONTRACTOR shall make available copies of these records to COUNTY, State or Federal Governments’ personnel, including but not limited to the State Auditor General. In the event that this contract is related to a FEMA grant record retention shall be three years from the date of the Grant Close-out letter.

11. Insurance Requirements. CONTRACTOR shall procure and maintain for the duration of this Contract, insurance

against claims for injuries to persons or damages to property which may arise from, or be in connection with the performance of the Work hereunder by CONTRACTOR, CONTRACTOR’s agents, representatives, employees and subcontractors. At the very least, CONTRACTOR shall maintain the insurance coverage, limits of coverage, and other insurance requirements as described in Attachment II to this Contract.

12. Changes to the Contract. Changes to this Contract may only be approved by written amendment to this Contract. No

alteration or variation of any term or condition of this agreement shall be valid unless made in writing, signed by the parties hereto in accordance with COUNTY Policies and Procedures. No oral understanding or agreement not incorporated as a duly authorized written amendment shall be binding on any of the parties hereto.

13. Representations and Warranties. CONTRACTOR by execution represents the skill, knowledge, proficiency and

expertise to perform as herein stipulated and warrants that the credentials presented herein Attachment VI are authentic, current and duly granted.

14. Contractor’s Standard of Care. COUNTY has relied upon the professional ability, experience, and credentials

presented and represented by the CONTRACTOR as a material inducement to enter into this Contract. CONTRACTOR hereby warrants that all of CONTRACTOR’s work will be performed in accordance with generally accepted and applicable professional practices and standards as well as the requirements of applicable Federal, State and local laws, it being understood that acceptance of CONTRACTOR’s work by COUNTY shall not operate as a waiver or release. Where applicable, the CONTRACTOR shall maintain the appropriate certification(s), license(s) or accreditation(s) through the life of this contract, as submitted and stipulated herein Attachment VI and make them available for audit upon request by the COUNTY.

15. Termination for Exceeding Maximum Level of Expenditures. Contracts exceeding the monetary limits delegated to

the Purchasing Agent, or authorized deputies, are not valid unless duly executed by the Chair of the Board of Supervisors. If this Contract was executed for the COUNTY of Butte by the Purchasing Agent, or authorized deputy, this Contract shall automatically terminate on the date that the provision of services or personal property or incurring of expenses, the cumulative total of which, exceeds the amount prescribed by Government Code Section 25502.5 for personal services contracts or the amount prescribed by Public Contract Code Section 22032 (b) for public works contracts.

Page 10: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 4 of 19

16. Termination for Exceeding Maximum Term. Contracts exceeding the three year term delegated to the Purchasing

Agent, or authorized deputies, are not valid unless duly executed by the Chair of the Board of Supervisors. If this Contract was executed for the COUNTY of Butte by the Purchasing Agent, or authorized deputy, this Contract shall automatically terminate on the date that the term exceeds three years. Amendments to this Contract, or new Contracts for essentially the same purpose, shall not be valid beyond the three year limitation unless duly executed by the Chair of the Board of Supervisors.

17. Compliance with Laws. CONTRACTOR shall comply with all Federal, State and local laws, rules and regulations

including, without limitation, and not limited to any nondiscrimination laws. Specifically, the CONTRACTOR by executing this agreement stipulates and certifies that as an individual or as an entity, complies in good faith as well as all actions the following regulatory requirements at least but not limited to:

a. Non-discrimination with regard to minority, women, and disabled veteran-owned business enterprises; hiring practices on the basis of race, color or national origin, gender, handicaps or age.

b. Environmental protection legislation and in particular regarding clean air and water, endangered species, handling or toxic substances and the public right to know.

c. Drug Free workplace, Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act and Public Health Service Act

d. National Labor Relations Board Public Contract Code 10296. e. Domestic Partners – Public Contract Code 10295.3. f. ADA 1990 42 USC 12101 et seq.

18. Applicable Law and Forum. This Contract shall be construed and interpreted according to California law and any

action to enforce the terms of this Contract for the breach thereof shall be brought and tried in the Superior Court of the County of Butte.

19. Contractor Performance and the Breach Thereof. The COUNTY may terminate this agreement and is relieved of

the payment of any consideration to CONTRACTOR should CONTRACTOR fail to perform the covenants herein contained at the time and in the manner herein provided. CONTRACTOR shall be notified in a timely manner of default and provided 30 days in which to remedy the default. If at the end of the 30 days, if remedy is not made or does not satisfy the default, the COUNTY shall notify the CONTRACTOR of the breach and thereby the termination of this contract. In the event of such termination, the COUNTY may proceed with the work in any manner deemed proper by the COUNTY. The cost to the COUNTY shall be deducted from any sum due the CONTRACTOR under this agreement and the balance, if any, shall be retained by the COUNTY.

20. Contradictions in Terms and Conditions. In the event of any contradictions in the terms and/or conditions of this

Contract, these Attachment I TERMS AND CONDITIONS shall prevail. 21. No Delegation Or Assignment. Provider shall not delegate, transfer or assign its duties or rights under this Agreement,

either in whole or in part, directly or indirectly, by acquisition, asset sale, merger, change of control, operation of law or otherwise, without the prior written consent of COUNTY and any prohibited delegation or assignment shall render the contract in breach. Upon consent to any delegation, transfer or assignment, the parties will enter into an amendment to reflect the transfer and successor to CONTRACTOR. COUNTY will not be obligated to make payment under the Agreement until such time that the amendment is entered into.

22. Conflict of Interest. CONTRACTOR and CONTRACTOR’S employees shall have no interest, direct or indirect, which

will conflict in any manner or degree with the performance of services required under this contract.

a. This contract is entered into by COUNTY upon the express representation that CONTRACTOR has no other contracts in effect with COUNTY except as described on Exhibit “A” hereto attached. Exhibit “A” is hereby made part of this contract by it reference herewith and hereby subjugated to these General Terms and Conditions (Attachment I).

b. CONTRACTOR understands and will adhere to the COUNTY’s policy that no contracts shall knowingly be

issued to any current COUNTY employee or his/her immediate family or to any former COUNTY employee or his/her immediate family until two years after separation from employment, without notifying the Director of the Department of Human Resources in writing:

Brian Ring 3 County Center Drive

Oroville, CA 95966

c. CONTRACTOR stipulates by execution of this contract that they have no business or other interest that provides

Page 11: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 5 of 19

any conflict with the interest of the County of Butte in the matters of this agreement. CONTRACTOR recognizes that it is a breach of ethics to not disclose any interest that may be a conflict to the COUNTY for the advise of County Counsel on the matter prior to executing this contract.

23. Cannon of Ethics. CONTRACTOR by execution of this contract agrees to act in the best interest of and on behalf of

the County of Butte and its constituents in all matters, honest, fair, prudent and diligent as dictated by reasonable standards of conduct for their profession.

24. Severability. The terms and conditions of this contract shall remain in force and effect as a whole separate from and

even if any part hereof the agreement is deemed to be invalidated. 25. No Implied Waiver. In the event that The COUNTY at any point ignores or allows the CONTRACTOR to break an

obligation under the agreement, it does not mean that COUNTY waives its future rights to require the CONTRACTOR to fulfill those obligations.

26. Entirety of Agreement. This contract inclusive of all Attachments herein in stipulated and made part of the contract

constitutes the entire agreement between these parties.

Page 12: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 6 of 19

EXHIBIT “A”

Acknowledgement of OTHER COUNTY Contracts

List any and all contracts that you have with COUNTY agencies. If none, you must stipulate “none.” This cannot be left blank or omitted from the contract.

NONE

Page 13: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 7 of 19

ATTACHMENT II INSURANCE REQUIREMENTS For Professional Services Contract

Before the commencement of work, Contractor shall submit to County: (1) Certificates of Insurance for all relevant coverages listed in Section A below; (2) All Endorsements listed in Section B below; and (3) a “Declarations Page” listing the titles of all endorsements to the Commercial General Liability (CGL) policy. A. MINIMUM SCOPE LIMIT OF INSURANCE – Coverage shall be at least as broad as: 1.) Commercial General Liability. Insurance Services Office (ISO) “occurrence” form CG 00 01 12 07 CGL or

equivalent on an “occurrence” basis, including bodily injury, property damage, contractual liability, medical expenses for any one person, personal and advertising injury, products-completed operations coverage and policy limits of no less than $1,000,000 per occurrence. If a general aggregate applies, either the general aggregate shall apply separately to this project/location or the general aggregate shall be twice the required occurrence limit.

2.) Automobile Liability Insurance. ISO form CA 0001 covering (any auto) Code 1 or if Contractor has no owned

autos, hired (Code 8) and non-owned autos (Code 9), with limits no less than $250,000 per passenger and $500,000 for all passengers. (Not required if Contractor provides written verification he or she will not be using a vehicle to perform the scope of work described in the contract.)

3.) Workers’ Compensation Insurance. As required by the State of California with Statutory Limits and Employer’s

Liability Insurance with limits of no less than $1,000,000 per accident for bodily injury and disease. (Not required if Contractor provides written verification he or she has no employees.)

4.) Professional Liability (Errors and Omissions) Insurance. (If applicable. See Note below.) Insurance appropriate to the Contractor’s profession with limits no less than $1,000,000 per claim, and $2,000,000 aggregate. (Note: Professional liability insurance coverage is normally required if the Contractor is providing a professional service regulated by the State. For example, insurance agents, professional architects and engineers, doctors, lawyers, nurses and certified public accountants. However, other professional Contractors not regulated by the State, such as computer or software designers, claims administrators, consultants, and others should also have professional liability insurance. If the contracted service requires “brain work, as opposed to “physical work”, then professional liability insurance will most likely be required.)

If Contractor maintains higher limits than the minimums shown above, County shall be entitled to the higher limits. B. INSURANCE POLICY ENDORSEMENTS

1. The Commercial General Liability policy shall contain or be endorsed to contain the following: The County, its officers, officials, employees, and volunteers are covered as additional insured’s on the CGL policy with respect to liability arising out of work performed or operations performed on behalf of Contractor including materials, parts, or equipment furnished in connection with such work or operations.

For any claims related to this contract, the Contractor’s insurance coverage shall be primary insurance as respects the County, its officers, employees and volunteers. Any insurance or self insurance maintained by the County, its officers, employees and volunteers shall be excess of the Contractor’s insurance and shall not contribute with it.

The insurance afforded by this policy shall not be cancelled except after thirty days prior written notice by regular mall has been given to the County. (Note: We recommend contractor’s insurance carrier insert the language above into ISO form 20 10 11 85; or if that form is not available, later additions editions of ISO forms CG 20 10 and CG 20 37. We will also accept a Blanket Additional Insured Endorsement, as long as it provides coverage equal to coverages noted in Section A1 above and all items listed in Section B above.)

2. Workers’ Compensation Insurance. The Contractor’s Workers’ Compensation Insurance policy shall contain or be endorsed to contain a waiver of subrogation in favor of the County, for all work performed by Contractor, its employees, agents and subcontractors.

C. OTHER INSURANCE PROVISIONS

1. Primary Coverage - For any claims related to this contract, Contractor’s general and auto liability insurance shall be primary insurance as respects the County, its officers, employees and volunteers. Any insurance or self insurance

Page 14: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 8 of 19

maintained by the County, its officers, employees and volunteers shall be excess of the Consultant’s insurance and shall not contribute with it. However, Contractor’s insurance may contribute with other additional insureds providing primary insurance coverage for the same “occurrence”, offense, claim or suit. 2. Notice of Cancellation - Each insurance policy required above shall not be canceled, except after thirty (30) days’ prior written notice (10 days for non-payment) has been given to the County.

3. Waiver of Subrogation – Except for professional liability insurance, the Contractor hereby grants to County a waiver of any right to subrogation that an insurer of said Contractor may acquire against the County, by virtue of payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the County received a waiver or endorsement from the insurer. 4. Deductibles and Self Insured Retentions - Any deductibles or self insured retentions must be declared and approved by the County. The County may require the Contractor to provide proof of ability to pay losses and related investigations, claims administration, and defense costs within the retention. The Contractor self insured retention on their liability policy is $250,000 each claim, and their deductible on their general liability policy is $100,000.

5. Acceptability of Insurance Carriers - Insurance is to be placed with insurers with a current A.M. Best’s rating of no less than A: VII, unless otherwise acceptable to County. (A.M. Best Ratings can be accessed over the internet for no cost at www.ambest.com). 6. Claims Made Policies

If any of the required policies provide coverage on a claims-made basis then the following requirements must be met:

a.) The Retroactive Date of the policy must be shown and must be before the contract or beginning of contract work. b) Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract work.

c) If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a Retroactive Date prior to the contract effective date, the Consultant must purchase “extended reporting” coverage for a minimum of five (5) years after the completion of contract work.

7. Verification of Coverage - Contractor shall furnish the County certificates of insurance and original endorsements affecting coverage required by this clause. All certificates of insurance and endorsements are to be received by the County before work under the contract has begun. The County reserves the right to require complete, certified copies of all insurance policies required by this contract except redacting confidential or proprietary information. Certificates of insurance shall state that the insuring agency agrees to endeavor to mail to County written notice 30 days before any of the insurance policies described herein are cancelled. Contractor agrees to notify County within two working days of any notice from an insuring agency that cancels, suspends, reduces in coverage or policy limits the insurance coverages described herein. 8. Subcontractors - Contractor will require and verify that all subcontractors maintain insurance meeting all the requirements stated herein or cover subcontractors under their insurance policies. Upon request, Contractor shall provide County proof that all subcontractors are covered by their own insurance or the Contractor’s insurance policies.

9. Special Risk or Circumstances - County reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage or special circumstances.

Page 15: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 9 of 19

ATTACHMENT VI

PROFESSIONAL CREDENTIALS

The CONTRACTOR herein presents the required and essential credentials for performance of this contract and warrants them to be authentic, current and duly granted.

Brown and Caldwell:

Established in 1947, Brown and Caldwell is a multidisciplinary environmental engineering and consulting firm

that specializes in the planning and design of treatment facilities and infrastructure. For 68 years, the firm has

advanced the boundaries of treatment technology by providing innovative scientific, technical and engineering

solutions. Their reputation for superior technical work stems from the value Brown and Caldwell’s people,

place on innovation, high-quality standards, teamwork and client service. Headquartered in Walnut Creek, the

employee-owned, full-service corporation has 45 offices throughout the U.S. with more than 1,500 employees.

The Brown and Caldwell staff selected for this project have experience working in Butte County, collecting and

interpreting surface water and groundwater samples for stable isotopes. Project Manager/Chief Hydrologist,

Joseph Turner has 29 years of experience conducting large-scale hydrogeological assessments used to assess

recharge mechanisms for aquifers such as those located in Butte County. As Project Manager, Joseph will

manage the budget, staffing allocation, and project deliverables to complete this project on time and within

budget.

Joseph Turner, Project Manager

B.S. Marine Geology, San Diego State University, 1983.

Professional Geologist, No. 5125, California, 1991

Certified Hydrogeologist, No. 454, California, 1996.

Jeffrey G. Bold, Ph.D., Isotope Lead

Ph.D. Soil Science, University of California, Davis, 1987

M.S., Soil Fertility, University of California, Davis, 1983

B.S., Plant Science (Agronomy), University of California, Davis, 1981

Certified Professional Soil Scientist

Certified Crop Advisor No. 24689

Certified Professional in Erosion and Sediment Control No. 5948 QSP/QSD No. 25424.

Chuck Frey, Field Work/Sample Collection

B.S., Soil Science, California Polytechnic State University San Luis Obispo, 1996

40-Hour OSHA Training in Compliance With 29 CFR 1910.120

8-Hour Refresher; 8-Hour Health and Safety

Supervisor Radiation Worker Training

Permit-Required Confined Spaces Awareness Training

CPR and First-Aid.

Matthew Baillie, Hydrogeology

Ph.D. (ABD), New Mexico Tech, Socorro, New Mexico, 2008

M.S.; Hydrology, University of Arizona, Tucson, Arizona, 2005

B.S., Geology, Arizona State University, Tempe, Arizona, 2001

Professional Geologist, No 8811, California, 2010

Registered Geologist, No 52310, Arizona, 2011

Certified Hydrogeologist, No. 977, California, 2013.

Matthew Pavelchik, Field Work

B.S., Geology, California State University, Sacramento, 2013

Geologist in Training, No. 537, California, 2014.

Tina Crawford, Geographical Information Systems

Page 16: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 10 of 19

B.A., California State University, Sacramento, Geography, with a Concentration in GIS, Cartography

and Planning, May 2002.

Subcontractors:

Andrew Kopania, EMKO Environmental, Hydrologist

D. Env., Environmental Science and Engineering, University of California, Los Angeles, Los Angeles,

1991.

Dissertation title: Geologic Heterogeneity and Ground-water Contamination: Guidelines for

Determination of Significance to Investigation and Remediation

M.S., Geology, University of Michigan, Ann Arbor, 1984

B.S., Geology, with Honors, University of California, Los Angeles, 1981, Phi Beta Kappa, Summa Cum

Laude

California Registered Geologist, No. 4711

California Certified Hydrogeologist, No. 31

M. Lee Davisson, ML Davisson & Associates, Inc.

M.S. Isotope Geochemistry Department of Geology, University of California, Davis

B.S. Geology Department of Geology, University of California, Davis

California Registered Geologist No. 8697

Page 17: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 11 of 19

Attachment III

Scope of Work The Brown and Caldwell team (Contractor) understands that the primary purpose of the project is to better understand the mixing of

recharge sources and contributions of local precipitation and river water to the groundwater basin. The focus of the project is the

Durham Dayton and Esquon area south of Chico along Butte Creek. The reach of Butte Creek extends from the Sierras, through

Paradise, along Honey Run Road in the foothills to Nelson Road in the valley. Other more minor surface water features (Little Dry Creek,

Little Chico Creek or other local ephemeral drainages) may also be included.

To manage resources, Butte County Department of Water and Resource Conservation (County) desires to actively manage and enhance

in-house capabilities by partnering with Contractor and to have County staff collect groundwater samples and manage the laboratory

directly. Contractor understands the need to develop a program that uses standard field sampling protocol that minimizes the need for

hard to obtain equipment or specialized methods of collection and handling of samples.

Contractor and County recognize that Contractor’s work product submitted in performance of this Agreement is intended only for

the project covered by this Agreement. Alteration of Contractor’s work product or its use by County for any other purpose shall

be at County’s sole risk, and without liability to Contractor arising out of or related to any such alteration or unauthorized

improper use.”

Task 1 | Project Development Task 1 has been divided into four subtasks as follows:

Task 1.1 - Compilation and Assessment of Existing Stable Isotope Data

Task 1.2 – Field Sampling Protocol

Task 1.3 – Consultation

Task 1.4 – Project Management/Administration

Details descriptions for each of these tasks are provided in the following sections.

Task 1.1 | Compilation and Assessment of Existing Stable Isotope Data

This task involves conducting a literature review and data mining of existing stable isotope data from previous studies throughout the

Northern Sacramento Valley (north of the Sutter Buttes to Red Bluff). Contractor will work with the Department of Water Resources

(DWR) and County to create a ‘library’ of pertinent studies and data. Some of this data has already been collected as part of the Lower

Tuscan Aquifer (LTA) project. In addition, Contractor has worked on other projects in the area, such as the Chico Urban Area

Groundwater Study, that included the analysis of nitrogen isotopes and will obtain the data collected for this project. The 2005 GAMA

Study will be incorporated into this literature review.

Each document collected and reviewed for this task will be assigned a document number and geographic location identifier to facilitate

the development of the document census and electronic library. Additional data may be available from other government agency

websites or public files, for example, from the USGS, DWR, and Regional Water Quality Control Board. Available data from these sources

will also be obtained by Contractor. DWR and County will provide reports and data collected by their agencies.

As part of this task, Contractor will conduct an initial kick-off meeting at the County office to discuss available information with County

and DWR staff.

Deliverables

Electronic library (PDFs) compiling studies with stable isotope data formatted as discussed above.

Summary database of existing stable isotope data provided in electronic format mutually agreed upon by County and

Contractor. Format to be approved in writing by County.

Technical Memo summarizing existing studies with stable isotope data and their pertinent conclusions and

interpretations. These interpretations and conclusions will also be compared to those presented as part of the LTA

project (50 hard copies and electronic version suitable for posting on County's website).

Assumptions

Development of a web and GIS interface is not part of this project.

DWR and the County will provide reports and data collected by their agencies.

Page 18: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 12 of 19

Task 1.2 | Field Sampling Protocol

This task includes developing a field sampling plan (FSP) for the project. The primary purpose of the FSP is to present the data quality

objectives (DQOs) and rationale for a sampling program that satisfies the DQOs. The FSP will present the details including maps,

sampling locations, sampling frequency, field methods for collection, handling, and preservation of samples, analytical procedures,

quality control/quality assurance (QA/QC) procedures and data management. Contractor has already developed written methods and

standard operating procedures (SOPs) tailored for the LTA project and will incorporate these SOPs to specify methods for collecting

water samples from surface waters and groundwater monitoring wells and will use these SOPs as a starting point for the FSP.

The FSP is an important document because it presents the procedures that specify collection of defensible data for its intended use.

The FSP also allows Contractor to support County Staff by documenting the sampling program, facilitating staff in collecting, preserving

and transporting samples to the laboratory.

The FSP will include SOPs that provide step by step procedures for individual tasks of the field sampling program and copies of field

forms that will be used to document field data and list of samples collected during individual sampling events. A draft table of contents

for the FSP is provided as Figure 1. The FSP will also outline cost effective sampling procedures for the project. For example, for

monitoring wells, Contractor recommends the use of the HydraSleeve sampler that will allow collection of sampleswithout purging of the

well. This type of sampler has been used by Contractor at several sites including for sampling at the Chico Municipal Airport. Contractor

will provide supporting references that document the effectiveness of the

HydraSleeve. This method will be used in the FSP upon written approval by County.

The focus of this isotope data acquisition is to enhance understanding of recharge

mechanisms in LTA outcrops, east of Durham in the Esquon area, between Butte

Creek and Little Dry Creek, extending to Nelson Road into the valley. Several

ephemeral creeks, irrigation canals and surface water bodies in this area provide

potential surface sampling locations. In addition to the surface water locations

along Butte Creek and Little Dry Creek collected at locations crossing over outcrops

of the LTA, Contractor also recommends that at least four other locations along

these streams be sampled. Contractor and County will work together to identify

appropriate sampling locations and County will be responsible for obtaining access

to wells or surface water sites on private land.

The groundwater monitoring network developed for the project will be based

on the conceptual model developed for this area during the LTA project

whereby three separate aquifer zones were observed: a shallow aquifer; an

intermediate aquifer divided into shallow and deep zones; and a deep aquifer.

In cooperation with County Staff, Contractor will identify groundwater sampling

locations which may include, but are not limited to:

Selected wells from the twenty-four irrigation wells monitored at the

Esquon Ranch for the LTA project. Only wells with available lithologic data and

known well construction details should be used.

The DWR monitoring wells labeled ESQ-1 and ESQ-2 for the LTA project.

Well ESQ-1 has screen zones within all three zones noted above. Based on the

lithologic log, well ESQ-2 is believed to be screened within the shallow zone but

is possibly screened within the intermediate shallow zone.

DWR monitoring well designated 21N02E18G0001M. This well is north of

the Esquon Ranch and west of Neal Road and also contains four separate

screen intervals similar to ESQ-1. A detailed lithologic log is also available for

this well.

Monitoring well located at the Chico State Farm (21N01E13L002-4M).

Figure 1. Draft table of contents for the FSP.

Page 19: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 13 of 19

Monitoring wells completed at the Neal Road landfill. Wells at this site have detailed lithologic logs, known screen

intervals, and have well pairs with screen zones at different depths. These wells have also been sampled for several

years and include general chemical parameters. In addition, migration of impacts noted from the landfill will also be

useful in assessing recharge mechanisms of the Tuscan Aquifer.

Domestic wells with available lithologic data and well construction details located at various locations along Butte

Creek and Little Dry Creek (two creeks monitored for LTA project) within the project area and at various distances

from these creeks. Sampling domestic wells must occur at the well head to obtain the most representative

groundwater sample, avoiding sampling storage tanks or after treatment that may alter the isotopic signature of the

water sample.

Other wells may be added based on the results of Task 1.1. For example, during the LTA project, samples collected from the

M&T Ranch monitoring well suggested mixing from the Sacramento River. Collecting samples from this well and other wells in

the area may provide a good comparison with samples collected from this prospective project area.

Isotopes and general chemical parameters will be used to fingerprint the individual water matrices sampled (groundwater, surface

water, etc.) and are critical for providing insight and enhancing the understanding of source(s) of recharge and processes in conjunction

with the results of the isotopic analysis. The water analysis proposed in the FSP will expand upon the analysis conducted for the LTA

project and will include the following parameters:

Deuterium (D) and 18O (all samples).

General chemical parameters (short list): sodium (Na), potassium (K), magnesium (Mg), calcium (Ca), iron (Fe),

manganese (Mn), chloride (Cl), nitrate (NO3) nitrite (NO2), phosphate (PO4), sulfate (SO4), alkalinity (carbonate

[CO3]/bicarbonate [HCO3]) and total dissolved solids TDS will be analyzed for all samples.

Field parameters, including pH, electrical conductance (EC) and temperature will be conducted on all samples.

Tritium (3H) and isotopic helium (3He) is proposed on selected samples. Sampling protocol for 3He requires in-line

sampling under pressure and we have experience training field technical staff in its collection.

Isotopic boron (11B) may be evaluated in selected groundwater samples with boron enriched minerals liquids. For

example, boron is known to be elevated within the Ione Formation (underlies the Tuscan Formation in the

Esquon/Durham area) and may provide valuable insights for recharge based on interactions between these two

aquifers.

Isotopic sulfur (34S) may also be used on selected samples where biological activity is indicated (e.g. vegetation decay),

depleting dissolved oxygen in water during recharge. We understand that these conditions may be present near Neal

Road.

Radioactive carbon (14C) may be used if the literature review (Task 1.1) indicates that identification of ancient

groundwater is important.

Additional inorganic parameters, barium (Ba), B, bromide (Br-), fluoride (F-).

The nitrogen isotopes 15N and 14N may be used on selected samples to assess nitrate sources. Knowing the source of nitrate

for water samples (septic systems, agricultural use, etc.) could provide valuable information regarding recharge to the specific

groundwater zone being assessed.

Other parameters may be recommended based on the results of Task 1.1.

The FSP will reflect Contractor’s recommendation that seasonal variations of the isotopic data collected for the project should be

assessed. For this purpose, samples should be collected during the winter or wet season and the summer or dry season for the selected

groundwater and surface water locations. Specifically, samples are recommended to be collected when groundwater levels are at the

highest and when they are at the reported lowest levels.

After consultation with County and the Technical Steering Committee (TSC) to discuss the overall goals of the project, the FSP table of

contents will be revised, as appropriate, and the draft FSP will be prepared. An electronic copy of the Draft FSP will be provided to

County and the TSC in Word and PDF format for review and comment. County will provide all comments in one submittal to Contractor.

After receipt of comments, Contractor will prepare a Final FSP submitted to County as 10 hard copies and in electronic format (PDF).

Contractor will revise the FSP once based on comments provided by County.

Deliverables

Electronic copies of Draft FSP in Word and PDF format.

Final FSP (10 hard copies and electronic version in PDF format).

Assumptions

The FSP will be revised once based on comments provided by the County.

The County will provide all comments in one submittal.

Page 20: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 14 of 19

Task 1.3 | Consultation

This task has been divided into three subtasks: consultation with Technical Steering Committee (TSC), public presentations, and

preparation of public information sheet. Each of these tasks is described in detail in the following sections.

Subtask 1.3.1 | Technical Steering Committee (TSC)

As part of the project, County will form a TSC that will provide input and recommendations on various components of the project. The

TSC will potentially consist of County staff, Butte County Water Commissioners, Water Commission Technical Advisory Committee

members, and other regional qualified scientists, local agriculturalists, or representatives from State and local agencies. The TSC will

meet on an as needed basis throughout the duration of the project and will act solely in an advisory capacity to County and Contractor.

The intended purpose of the meetings will be to solicit input on the development of Tasks 1 and 2. County will be responsible for

coordinating and setting up TSC meetings. Contractor will attend up to two, two hour meetings with the TSC. Contractor will lead

discussions of the overall project and development of sampling protocol and rationale for collection of specific constituents including

individual isotopes. The objective of these meetings is to encourage discussion and obtain advice from TSC members. During the first

meeting, Contractor will provide an overview of the LTA project including results and interpretations that led to the recommendation for

this project.

Deliverables

Contractor to attend two TSC meetings

Contractor to provide meeting materials required for each presentation for up to 10 attendees

Contractor to provide summarized meeting minutes and action items

Assumptions

The County will coordinate and setup TSC meetings

Each meeting will last for two hours

10 attendees will be present and materials prepared for

Meetings will be held in Butte County offices

Three CONTRACTOR team members, including the Project Manager will attend each meeting

Subtask 1.3.2 | Public Presentations

Contractor will prepare for and make two public presentations. The purpose of the public outreach task is to educate regional and

county decision makers and the public about the project objectives, approach, and anticipated results. The first public presentation will

be to the Butte County Water Commission (Water Commission) to give an overview of the project. This presentation will occur after the

initial consultation with the TSC described above for Subtask 1.3.1. The second presentation will be at a public workshop. As with the

first TSC meeting, Contractor will provide a brief overview of the LTA project and recommendations that led to this project at each of

these meetings, in addition to the technical approach related to this isotope project. For the public workshop, in addition to the

presentation workshop, Contractor will also prepare up to four poster boards and setup stations to allow discussions with the public for

specific topics for the project. County will be responsible for organizing the meetings, securing the facility, and making appropriate

arrangements.

Deliverables

Two public presentations as described above.

Assumptions

The presentation to the Water Commission will last for two hours

The public workshop will last for three hours

CONTRACTOR will prepare presentation materials required for each presentation and up to four poster boards for the

public workshop.

Meetings will be held in Butte County offices or at locations in Oroville or Chico, California.

Two CONTRACTOR team members will attend the Water Commission presentation and four CONTRACTOR team

members will attend the public work shop.

Subtask 1.3.3 | Public Information Sheets

Contractor will assist County with the production of a public information sheet that describes the project design and purpose.

Contractor will develop technical content for the information sheet with direction from County. Contractor will use the template

and format developed for newsletters prepared for the LTA project for preparation of this information sheet. Contractor will

provide a draft copy of the information sheet for review by County and the information sheet will be revised once based

on comments provided by County. Contractor will provide the final information sheet in an electronic format suitable for

Page 21: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 15 of 19

posting on the County website and printing. County will be responsible for posting information sheet on website and

printing required copies for distribution. County will be responsible for the final formatting and posting of the web

materials.

Deliverables

One information sheet provided in an electronic format suitable for posting on the website and printing.

Assumptions

The County will direct the information sheet content.

CONTRACTOR will provide a draft copy of the information sheet for review by the County.

The information sheet will be revised once based on comments provided by the County.

The County will be responsible for posting information sheet on website and printing required copies for distribution.

The County will be responsible for the final formatting and posting of the web materials.

The information sheet will be produced during the second quarter of the project.

Task 1.4 | Project Management/Administration

To manage this project, Contractor will develop an integrated Project Management Plan (PMP) as a guide to monitor project

performance. Contractor PMP will document critical success factors, a work breakdown structure (WBS), milestones and key deliverable

dates, task budgets, a risk registry, a quality plan and a MS Project resource loaded project schedule.

Cost Management

During project execution, Contractor will leverage the WBS to perform an earned value analysis for the primary measure of budget

compliance. This analysis compares the budgeted cost of work packages (using the WBS in MS Project) with the actual expenditures for

work and is used to quickly detect if adjustments are needed to meet budget. The earned value analysis will be included in monthly

reports as a key project performance metric. Budget procedures, reports and the baseline budget will be included in the Project Budget

Management section of the PMP. Contractor’s proprietary WorkSmart system provides a detailed view of project financials and helps

monitor and control the project by providing near “real time” project data. WorkSmart also helps Contractor confirm invoice accuracy.

Each invoice will show how the budget is managed month-to-month.

Managing Risks

Contractor will develop a project risk registry coordinated with County to identify risks and mitigation measures to better control the

outcome of the project. The risks will be reviewed with County and characterized in a risk registry with their likelihood of occurring and

any project impacts. The risk registry will be a guide to help Contractor and County to detect and mitigate risks.

QA/QC

Contractor’s WorkSmart system establishes rigorous QA/QC procedures so that calculations, meeting deliverables, and reports are

reviewed by senior professionals. Contractor’s project QA/QC plan will be part of the PMP and will provide a road map for meeting

quality expectations.

Managing Change

Contractor will work with County to resolve changes by focusing on the issue, defining any points of disagreement, listening to opinions

without interruptions, focusing on common ground and exploring alternatives to resolve the issue. Contractor will work with County to

expeditiously flag added scope tasks that could bring value to the project that can be proposed to the County.

Deliverables

PMP

QA/QC Plan

Project Schedule

Risk Register

Page 22: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 16 of 19

Task 2 | Investigation and Analysis This task involves implementing and reporting the results of the field program described in the FSP. This task has been divided into four

subtasks that include the field investigation, report preparation, consultation with TSC and the public, and project administration. These

tasks are described in detail in the following sections.

Task 2.1. | Field Investigation The field investigation will be conducted in accordance with the approved FSP described in Task 1.2. County will be responsible for

identifying and gaining right of entry to sampling locations. County will conduct field sampling in cooperation with Contractor. The lab to

be used for analyses will be contracted by County based on the recommended protocol in the FSP. County will provide all field

equipment and supplies needed for the sampling program. Contractor will provide one field personnel for training over a 3 day

period. Contractor will provide training (by Lee Davisson) for collection of specialized isotopic analysis over a one day period.

County will provide lab results from each sampling event to Contractor for their review. Contractor will alert County of any issues

or quality control concerns that require attention so that County can make needed adjustments before the next sampling event.

County will compile data in database.

Deliverables

Contractor to provide training for County Staff.

Contractor to review lab results and coordinate with County for needed adjustments to FSP

Assumptions

CONTRACTOR will provide one field personnel for training over a 3 day period.

CONTRACTOR (Davisson) will provide training for collection of specialized isotopic analysis over a one day period.

The County will provide all field equipment and supplies needed for the sampling program.

CONTRACTOR will review laboratory reports for completeness, accuracy, and evaluation of duplicate samples.

Task 2.2 | Preparation of Stable Isotope Analysis Recharge Report

Upon completion of the field program, County will provide Contractor with electronic database of isotope data, electronic copies of lab

analysis reports and other data. Contractor will review, interpret, and document data collection for presentation in a final report.

Contractor will provide Draft report electronically in Word and PDF format for review by County and TSC. The draft report will be

revised once by Contractor based on comments provided by County. County will provide all comments in one correspondence.

Contractor will provide final report in electronic format (PDF) and 100 colored hard copies. Contractor will also provide an

ArcGIS map package of shapefiles developed for the project.

Contractor will work with County to develop final report contents. The final report will include the following:

Executive Summary

Project objectives

Stable isotope background and basics related to how this type of data provides insights on recharge processes.

Overview of previous studies and pertinent preexisting data/conclusions to be used in current analysis.

Rationale for collecting samples.

Sampling and analytical methods.

Results and Discussion to include:

o Summary of the QA/QC review and data usability summary.

o Assessment on probable sources of recharge including local precipitation vs. stream recharge in water

sampled at each well in the sampling grid.

o Insights regarding probable groundwater-surface water interaction and how Butte Creek (and/or other surface

water features) interacts with the basin.

o Seasonal variation in stable isotope data from different sources.

o Variation of stable isotopes and water source with depth.

o Updated conceptual model of recharge processes in the study area.

Recommendations for future work:

o Specific recommendations regarding use of results/conclusions for recharge mapping including physical

assessments of recharge

Conclusions

Page 23: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 17 of 19

Maps and tables showing location of sampling points and summarizing the results of laboratory and other analysis will

be included within the report.

Deliverables

Draft and Final Report

ArcGIS Map Package of project shapefiles

Assumptions

The Draft report will be provided electronically in Word and PDF format.

The Draft report will be revised once based on comments provided by the County. The County will provide all comments

in one correspondence.

The County’s comments will be received by CONTRACTOR within two weeks of draft report issuance.

The final report will be provided in electronic format (PDF) and 100 colored hard copies.

County staff will maintain database for project.

Task 2.3. | Consultation

As with Task 1.3, this task is divided into three subtasks: consultation with TSC, public presentations, and preparation of public

information sheet. Each of these subtasks are identical to the subtasks described for Task 1.3 and the deliverables are the same.

Task 2.4 | Project Management/Administration

Contractor will conduct this task as described for Task 1.4

Schedule

CONTRACTOR is committed to meeting the schedule as presented for Exhibit B attached hereto and incorporated herein that includes

start and finish dates for each task and the sequence and overlapping of tasks and events. This commitment assumes that Day 1 for

the schedule begins upon written authorization to proceed from the County. All other dates and durations will be altered based on this

authorization date using the durations shown on Exhibit B. Potential deviations from this schedule include:

Schedules for reports assume comments will be received for Draft reports two weeks before submittal date of Final

Reports. Only one set of comments will be received from the County.

County staff are available for dates set for training of field sampling.

Access to proposed sampling sites are not obtained within the time period needed to meet the schedule.

Weather conditions delay sampling activities.

Analytical laboratory reports are provided to CONTRACTOR prior to the start date for preparation of the Final Report.

Note: Exhibit B items 2.1.2 and 2.1.3 (Draft and Final Field Sampling Report) assumes these items are the same report shown for

Exhibit B items 2.2.1 and 2.2.2 consistent with the scope of work.

The CONTRACTOR will submit invoices to the County on a frequency of not greater than on a monthly basis. The invoice will reflect the

cost incurred during the billing period broken out by Task as specified in Exhibit B and consistent with the costs identified in Exhibit C –

Costs. Exhibit C is attached hereto and incorporated herein.

Page 24: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 18 of 19

Exhibit B -Schedule

Page 25: Clerk of the Board Use Only Butte County Board of ...

Professional Services Contract - GT$25K Rev. 04/10/15 Butte County General Services Page 19 of 19

Exhibit C - Cost