Loading...
035-09 - Resolution - Contract with Robinson Noble for Well No. 11 Hydrogeologic ServicesIntroduced by: Requested by: Drafted by: Public Works Director Public Works Director Public Works Director Introduced: Adopted: RESOLUTION NO. 035-09 A RESOLUTION OF THE CITY OF PORT ORCHARD, WASHINGTON, AUTHORIZING THE MAYOR TO EXECUTE CONTRACT WITH ROBINSON NOBLE SALTBUSH, INC. FOR WELL NO. 11 HYDROGEOLOGIC SERVICES April14, 2009 April14, 2009 WHEREAS, on March 5, 2009, the Utility Committee interviewed two (2) firms selected from the 2009 Public Works Professional Services Roster and unanimously selected Robinson Noble Saltbush, Inc. for the Hydrogeoligic Services needed for Well No. n; and WHEREAS, on March 19, 2009, the City of Port Orchard Public Works Department met with Robinson Noble Saltbush, Inc. to define the scope of services; and WHEREAS, Robinson Noble Saltbush, Inc. submitted an email bid in an amount not to exceed $53,000; now, therefore, THE CITY COUNCIL OF THE CITY OF PORT ORCHARD, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: THAT: The City Council authorizes the Mayor to execute a contract, incorporated herein by reference as Exhibit A, with Robinson Noble Saltbush, Inc. in an amount not to exceed $53,000 for Well No. 11 Hydrogeologic Services. PASSED by the City Council of the City of Port Orchard, SIGNED by the Mayor and attested by the Clerk in authentication of such passage this 14th day of April 2009. CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT POCO Contract No. C024-09 THIS Agreement is made effective as of the 14th day of April 2009, by and between CITY OF PORT ORCHARD, WASHINGTON ("CITY") 216 Prospect Street Port Orchard, Washington 98366 Contact: Mayor Lary Coppola Phone: 360.876.4407 Fax: 360.895.9029 and Robinson Noble Saltbush, Inc. ("CONSULTANT") 3011 South Hudson Street, Suite A Tacoma, W A 98409 Contact: Douglas C. Dow, L. HG. Phone: 253.475.7711 Fax: 253.472.5846 Tax ld No. 91-0756960 for professional services in connection with the following Project: Well #11 (formerly Well #5) Hydrogeologic Services TERMS AND CONDITIONS 1. Services by Consultant A. Consultant shall perform the services described in the Scope of Work attached to this Agreement as Attachments "A." The services performed by the Consultant shall not exceed the Scope of Work without prior written authorization from the City. B. The City may from time to time require changes or modifications in the Scope of Work. Such changes, including any decrease or increase in the amount of compensation, shall be agreed to by the parties and incorporated in written amendments to the Agreement. 2. Schedule of Work A. Consultant shall perform the services described in the scope of work in accordance with the Schedule attached to this contract as Attachments "A." If delays beyond Consultant's reasonable control occur, the parties will negotiate in good faith to determine whether an extension is appropriate. B. Consultant is authorized to proceed with services upon receipt of a written Notice to Proceed. 3. Terms. This Agreement shall commence on April 15, 2009 ("Commencement Date") and shall terminate December 3 1, 2009 unless extended or terminated in writing as provided herein. 1 of6 4. Compensation TIME AND MATERIALS NOT TO EXCEED. Compensation for these services shall not exceed $53,000.00 without written authorization. 5. Payment A. Consultant shall maintain time and expense records and provide them to the City monthly, along with monthly invoices in a format acceptable to the City for work performed to the date of the invoice. B. All invoices shall be paid by City warrant within sixty (60) days of receipt of a proper Ill VOICe. C. Consultant shall keep cost records and accounts pertaining to this Agreement available for inspection by City representatives for three (3) years after final payment unless a longer period is required by a third-party agreement. Copies shall be made available on request. D. If the services rendered do not meet the requirements of the Agreement, Consultant will correct or modify the work to comply with the Agreement. City may withhold payment for such work until the work meets the requirements of the Agreement. 6. Discrimination and Compliance with Laws A. Consultant agrees not to discriminate against any employee or applicant for employment or any other person in the performance of this Agreement because of race, creed, color, national origin, marital status, sex, age, disability, or other circumstance prohibited by federal, state, or local law or ordinance, except for a bona fide occupational qualification. B. Consultant shall comply with all federal, state, and local laws and ordinances applicable to the work to be done under this Agreement. C. Consultant shall obtain a City of Port Orchard business license prior to receipt of written Notice to Proceed. ~ D. Violation of this Paragraph6';;hall be a material breach of this Agreement and grounds for cancellation, termination, or suspension of the Agreement by City, in whole or in part, and may result in ineligibility for further work for City. 7. Suspension and Termination of Agreement A. This Agreement may be terminated by the City at any time upon the default of the Consultant or upon public convenience, in which event all finished or unfinished documents, reports, or other material or work of Consultant pursuant to this Agreement shall be submitted to City, and Consultant shall be entitled to just and equitable compensation for any satisfactory work completed prior to the date of termination, not to exceed the total compensation set forth herein. Consultant shall not be entitled to any reallocation of cost, profit or overhead. Consultant shall not in any event be entitled to anticipated profit on work not performed because of such termination. Consultant shall use its best efforts to minimize the compensation payable under this Agreement in the event of such termination. If the Agreement is terminated for default, the Consultant shall not be entitled to receive any further 2 of6 payments under the Agreement until all work called for has been fully performed. Any extra cost or damage to the City resulting from such default(s) shall be deducted from any money due or coming due to the Consultant. The Consultant shall bear any extra expenses incurred by the City in completing the work, including all increased costs for completing the work, and all damage sustained, or which may be sustained by the City by reason of such default. B. The City may suspend this Agreement, at its sole discretion, upon one week's advance notice to Consultant. Such notice shall indicate the anticipated period of suspension. Any reimbursement for expenses incurred due to the suspension shall be limited to the Consultant's reasonable expenses, and shall be subject to verification. The Consultant shall resume performance of services under this Agreement without delay when the suspension period ends 8. Standard of Care Consultant represents and warrants that it has the requisite training, skill and experience necessary to provide the services under this agreement and is appropriately accredited and licensed by all applicable agencies and governmental entities. Services provided by Consultant under this agreement will be performed in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing in similar circumstances. 9. Ownership of Work Product All data materials, reports, memoranda, and other documents developed under this Agreement whether finished or not shall become the property of City, shall be forwarded to City at its request }md may be used by City as it sees fit. Upon termination of this agreement pursuant to paragraph 7 (_6 above, all finished or unfinished documents, reports, or other material or work of Consultant pursuant to this Agreement shall be submitted to City. City agrees that if it uses products prepared by Consultant for purposes other than those intended in this Agreement, it does so at its sole risk and it agrees to hold Consultant harmless therefore. 10. Indemnification/Hold Harmless Consultant shall defend, indemnifY and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant, its agents, employees, or sub consultants in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. This indemnification and hold harmless shall apply regardless of whether the claim is brought pursuant to the Worker's Compensation Act, RCW Title 51, or otherwise, and the Consultant waives any immunity whatsoever with respect to such indemnification. 11. Insurance The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. 3 of6 A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: l. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 0 l or a substitute form providing equivalent liability coverage and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability msurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: l. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial General Liability insurance: l. The Consultant's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability oflnsurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:Vll. E. Verification of Coverage 4 of6 Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. 12. Assigning or Subcontracting Consultant shall not assign, transfer, subcontract or encumber any rights, duties, or interests accruing from this Agreement without the express prior written consent of the City, which consent may be withheld in the sole discretion of the City. 13. Independent Contractor Consultant is and shall be at all times during the term of this Agreement an independent contractor. 14. Notice Any notices required to be given by the City to Consultant or by Consultant to the City shall be in writing and delivered to the parties at the following addresses: Lary Coppola Mayor 216 Prospect Street Port Orchard, W A 98366 Phone: 360.876.4407 Fax: 360.895.9029 15. Disputes Douglas C. Dow, L.HG. Robinson Noble, Saltbush, Inc. 30 II S. Hudson Street, Suite A Tacoma, W A 98409 Phone: 253.475.7711 Fax: 253.472.5846 Any action for claims arising out of or relating to this Agreement shall be governed by the laws of the State of Washington. Venue shall be in Kitsap County Superior Court. 16. Attorneys Fees In any suit or action instituted to enforce any right granted in this Agreement, the substantially prevailing party shall be entitled to recover its costs, disbursements, and reasonable attorney's fees from the other party. 17. Extent of Agreement/Modification This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement may be amended, modified or added to only by written instrument properly signed by both parties. 5 of6 CONSULTANT Title: ?re?t'd.(!.vt -1- Date: ~ 5""-o? 6 of6 Professional Position Principal Hydrogeologist/ Environmental Scientist Senior Associate Associate Hydrogeologist/ Environmental Scientist Senior Hydrogeologist/ Environmental Scientist Project Hydrogeologist/ Environmental Scientist Draftsperson/Technician Service Category Legal Support/Testimony Administrative Services Typist/Clerical Support Subcontracts/Management Fee Other Costs ~ROBINSON ~ NOBLE SALTBUSH L_ ___ .J INC.b,.t.t.,b•·tl~,· GROUNDW;\TER.& ENVIRONMENTAL SCIENTfSTS General Fee Schedule Apri11, 2009 Typical Duties Service requiring the scientific expertise of company principals. Includes top-level project review and control, client liaison, and hydrogeologic analysis. Senior Associate-level project management, client liaison, field services, project analysis, and report writing. Associate-level project management, client liaison, field services, project analysis, and report writing. Senior-level project management, client liaison, field services, data interpretation and analysis, and report writing. Field services; data collection, reduction, interpretation and analysis; and report writing. Technical illustration/CADD, production layout, technical aide. Typical Duties Expert witness services. Contracts, technical specifications, administrative tasks, grammatical editing. Word processing, report preparation or reproduction, general office tasks Professional Services Outside Laboratory Services Construction Subcontracts Travel (Auto) Travel (Other) Per Diem Other Direct Expenses Equipment Rental Fee Per Hour $108-$170 $108-$150 $108-$128 $96-$128 $96-$108 $75-$86 Fee Per Hour 150% of above rates $65-$75 $60-$65 Negotiated 15% 15% $0.62/mile Cost+ 5% Prevailing State rates +5% Cost+ 5% See following pages Th1s fee schedule 1s subject to change according to contract or Professional Services Agreement conditions. Hydrogeologic Equipment Rental Schedule April 1, 2009 Equipment Water Level Transducer and Data Logger Field Laptop Computer Electric Water Level Sounder(s) 0 to 300ft over 300ft DC Submersible Purge Pump Double-Ring lnfiltrometer Schonstedt Gradient Magnetometer Geonics EM-61 Metal Detector Downhole Gamma/Resistivity/Temperature Logging Equipment (includes Draw Works) Downhole Analog Caliper Logging Equipment Draw Works Mechanical Sieve Sample Equipment 2-inch Gasoline-powered Centrifugal Pump (includes hoses) 2-inch Submersible Pump+ Controller Generator Survey Gear (laser level & rod) FlowTracker Acoustic Doppler Velocimeter Stream Gaging Equipment GPS Other Equipment First five days Each day thereafter Per day Flat fee per project Flat fee per project Per pump Per day Per day Per day Per day Per well Per well Flat fee per well Per day Per day Per day Per day Per day Per day Negotiated $80 $27.50 $30 $30 $60 $80 $50 $75 $500 $1 '1 00 $100 $525 $50 $55 $180 $70 $85 $200 $22.50 Negotiated This fee schedule is subject to change according to contract or Professional Services Agreement conditions. Robinson, Noble & Saltbush, Inc. Page 2 of 3 Environmental Equipment Rental and Consumable Schedule April 1, 2009 Equipment Unit Rate Water level transducer and data logger Field Laptop Computer Electronic Water Level Sounder Electronic Interface Probe DC Submersible Purge Pump DC-operated Peristaltic Pump 2-inch Gasoline-powered Centrifugal Pump 2-inch Submersible Pump+ Controller Generator Low-Flow Bladder Pump Photoionization Detector Combustible Gas Indicator Water Quality Meter Teflon Water Bailer Soil Sampling Equipment (manual) Soil Sampling Equipment (power) Mechanical Sieve Sample Equipment Survey Gear (laser level & rod) Soil Vapor Extraction System Atmospheric Condition Monitoring Unit Other Equipment Consumable Items: Polyethylene Purge/Sampling Tubing Silicone Peristaltic Pump Head Tubing Bladders for Low-Flow Bladder Pump Water Sample Bailer Bailer Rope/String Personal Protection Equipment Per day Per day Per day Per day Per pump Per day Per day Per day Per day Per day Per day Per day Per day Per day Per day Per day Flat fee per project Per day Per Month Per day Negotiated Each 10 feet Each foot Each Each Each 10 feet Per day per person $100 $50 $30 $75 $80 first pump, $40 each additional pump $40 $100 $350 $60 $175 $75 $65 $200 $30 $25 $40 $25 $80 $750 $50 Negotiated $2.50 $4.00 First 3 Free-$5.00 each additional bladder $10 $1.00 $50 This fee schedule 1s subject to change according to contract or Professional Services Agreement conditions. Robinson, Noble & Saltbush, Inc. Page 3 of 3 Marc h 19, 2009 Mark R. Dorsey, P.E. C ity Eng inee r/Pub li c Works D irec tor C ity of Port Orc h ard 21 6 Pro spe c t St ree t Po rt O rc ha rd , WA 98366 EXHIBIT A 6:) ROBINSON L--_ ___.NOBLE ~~~~~~b~~~~ GRO UN DWATER & EN V IRON MENTAL SC IENTI ST S Subj ec t: McCo rmi ck Wood s We ll 5 Hydrogeo log i c Se rvi ces Proposa l D ea r Mark: W e understand th e City of Port Orchard (City) would l ike a proposa l to construct a new produ c ti o n w e ll (We ll 5) at th e M cCormi ck Woods we ll fi e l d site. Robinson, Nobl e & Sa l tbu sh, In c. is p leased to provide th i s proposa l to t he City fo r hydrogeo logic se r v i ces for th e d es i gn, co nstru c tion, and tes tin g of Well 5. A s yo u know, th e Washingto n State D ep a rtm e nt of Ec o l ogy's (E co logy) r equirem ents fo r th e C ity's W ell 1 0 water r i ght r eq uired co nstructi o n o f W e ll s 4B and 5 into th e deeper, be low sea leve l aq u ifer. Robin so n, Noble & Sa ltbush prov ided hydrogeologic serv i ces for th e d ee pen ing of M cCo rmi ck Woo d s W e ll 4 to a depth of 700 feet and th e compl etion and test in g of W e ll 4B, which i s about 4,500 fee t southwest of th e well fi e ld and t he propose d site of W ell 5 . W e ll 4B produ ce d an average of 460 gpm during a 24-h o ur tes t. Water qua li ty tes t res ults showed all param eter s tes ted m ee t dr inking water standard s. WellS The wa ter ri ght for M cCormi c k Well s 1, 2, a nd 3 (G1 -2 44 3 7P) i s for 600 gpm and 4 50 afy. Th e new water ri ght for We ll 5 i s f o r 15 0 gpm and 242 afy. Eco l ogy requires th at W e ll 5 be dri ll ed i nto a below-sea-leve l aq uife r and W e ll s 1, 2, and 3 b e d eco mmi ss ioned aft er Well 5 i s oper ati o nal. With t he su ccess fu l completi on of Well 4B, Robinson , Nobl e & Sa ltbus h is confident th at We ll 5 w i l l b e capable of produ c in g th e c ombined wat er right amou nt of 7S O gpm and 692 afy. We propose dri ll in g a 700-foot deep we ll into the be low-sea-leve l aquife r. Th e well w ill be drill ed usi ng ca b l e-tool m eth ods, w hi c h prov ides u s w ith th e b es t hydrogeol og i c informa ti on and represe ntati ve aq uifer sand sa mpl es for t he most accurate wel l scree n d es i g n . It i s ve ry importan t th at a sea l b e es tabl i shed betwee n th e W e ll s 1, 2, and 3 aquife r and th e d ee per be l ow-sea-leve l aqu i fe r. Th er efore, w e propose dr illing w ith 20 -in ch cas in g t o a depth o f at leas t 300 fee t i nto the aq uitard be l ow th e u pper aquifer and th en r educ in g to 1 6-inch cas in g to drill to 700 fee t. H owever , b eca u se w e ca nnot be sure th e 1 6 -in ch cas in g w i ll be ab l e to full y pen etrate to that 3 0 II South Huso n S tree t, S uite A Ta coma, Wa shin gton 98409 • (25 3) 475-77 11 • Fa x: (253) 4 72-584 6 e-m ail : m a il@robin so n -n oble.com McCormick Well 5 Proposal March 1 9, 2009 Page 2 depth, we are including a reduction to 12-inch casing in the bid proposal. Our engineer's estimate for McCormick Well 5 is detailed on the enclosed sample bid form and is estimated at $273,260. Scope of Work Robinson, Noble & Saltbush hydrogeologists will provide professional services as detailed in the following scope of work. Task 1: Project Administration Robinson, Noble & Saltbush will provide project administration and technical specifications for the production well. We will meet with the City when requested and provide periodic verbal progress reports to the City Engineer. We will review the selected drilling Contractor's invoices for accuracy before they are forwarded to the City. Task 2: Observe Well Construction A qualified hydrogeologist will observe well construction and keep the City informed of the Contractor's progress. Proper design and complete development are the keys to a successful well. Our hydrogeologist will be on site during critical phases of construction, completion, and development. Task 3: Provide Well Screen Design Our hydrogeologist will collect aquifer sand samples and perform sieve analysis of the samples in our laboratory. We will prepare a screen design for review and approval by the City before completion materials are purchased and installed by the drilling contractor. Task 4: Conduct 24-hour Pumping Test We will install automatic water level sensing devices in the pumping well prior to conducting a 24-hour well test. We will also monitor Well 4B during the test to determine interference impacts, if any. The automatic data will be backed up by manual measurements at appropr'1ate intervals. At the end of the 24-hour test, we will collect the required water quality samples for transport to your contract laboratory. Task 5: Prepare Report Robinson, Noble & Saltbush's report will include all information and analysis required by the Washington State Departments of Ecology and Health for a new groundwater source. The report will include a location map, lithologic and geophysical (if completed) logs, well completion details, and graphic analysis of the well test along with all test data. We will provide a preliminary wellhead protection area delineation graphic and susceptibility assessment survey form. We will also provide recommendations for well yield, pump placement, and operation. Service Agreement Robinson, Noble & Saltbush typically works on a time-and-expense basis according to the attached General Fee Schedule. This estimate will remain valid for 180 days from the date of this scope. We are strictly a consulting-service business and will not provide any materials for this project. McCormick Well 5 Proposal March 19, 2009 Page 3 Based on our understanding of the project and the conditions outlined in this scope, we estimate the cost of our services to provide the services detailed herein, will be an estimated cost of $53,000. As a cost-savings measure for our clients, each Robinson, Noble & Saltbush employee charges their time on a project according to the level of expertise required for a given task (i.e., employees may have than one bill'1ng rate). This allows us to make use of our more experienced staff without unduly impacting project costs, but also means that our clients only pay for the level of expertise applied. This estimate does not include cost for any extra insurance, business licenses or fees, or applicable local taxes that might be necessary to complete the project. We will request that these additional costs be added to the above total estimate when they become known to us. Rental costs for our standard field equipment and any specialized equipment as detailed in this scope are included in the above estimate. Should additional equipment be deemed necessary or warranted in order to properly complete the project, we will submit a change in scope request with estimated costs based on the equipment rental schedule included in the General Fee Schedule. The costs for project activities will be tracked closely and any foreseeable changes to the project cost will be discussed with the City at the earliest opportunity. We understand that we will be contracted under the City's own Professional Services Agreement. Upon our receipt and acceptance of the signed agreement, we will commence work on the project. We hope this scope of work and cost estimate is adequate for your needs. Please contact us if we can provide additional information or modify the scope of work to better assist you. If at any time prior to or during this project the City identifies a concern or problem with our work or progress that cannot be resolved by the assigned Robinson, Noble & Saltbush project manager, please contact Joseph Becker, our company President, and he will make every effort to resolve the issue to your satisfaction. We look forward to continuing to provide hydrogeologic services to the City. Sincerely, p~·l=,~ Douglas C. Dow, LHG Senior Associate Hydrogeologist/Project Manager attachment March 1 9, 2009 Mark R. Dorsey, P.E . . City Eng in eer/Public Works Director C ity of Port Orc hard 2 16 Prospect Str ee t Por t Orchard, WA 98366 EXHIBIT A 6)ROBINSON L...-_ ___.NOBLE ~~~~u~.~~~ GROUNDWATER & ENVI RO N M ENTAL SC IENTI STS Subj ec t: C ity of Port Orchard Well 11 Hydrogeo log ic Se rvi ces Prop osa l D ea r Mark: W e understand the City o f Port Orchard (Ci ty) wo uld l ike a proposa l to construct a n ew produ c tion w ell (We ll 11 ) at th e M cCo rmi ck Woods w ell fie ld site. Robinson, Nob le & Sa lt bu sh, In c. i s pl ease d to prov ide thi s proposa l to th e City for hydrogeologic se rvices for th e d es i gn, co nstru c tion , and tes tin g of W ell 1 1. As you know, th e Washingto n State Departm ent of Eco logy's (Eco l ogy) requi rem ent s fo r th e City's We ll 10 wa ter right req uired co nstru ct io n of W ell s 4B and 5 (We ll 11) into th e d ee p er, below sea leve l aqu ifer . Robinson , N oble & Saltbush provided hydrogeo l og ic se rv ices for th e deepen ing of M cCo rmi c k Woods Well 4 to a depth of 700 feet and th e co mpl etion and tes ting of Well 4B, w hi c h is about 4,500 fee t sou th west of th e we ll f i el d and the propose d site of W ell 11 . W e ll 4B produ ce d an ave rage of 460 gpm durin g a 24-hour tes t. Water qua lity test res ults showed all param eters tested me et drinking wate r standa rd s. Well11 Th e wa ter right fo r McCormi ck We ll s 1, 2, and 3 (G 1-24437P) i s for 60 0 gpm and 450 afy . Th e new water ri ght for We ll 11 i s fo r 150 gpm and 242 afy. Eco logy requ ires th at W e ll 11 be dri ll ed into a be low-s ea-leve l aq uifer and W ell s 1, 2, and 3 be d ecomm iss ion ed aft er Well 11 i s opera ti o nal. With th e su ccess fu l com p leti o n of W ell 4B, Robi nso n, Noble & Sa ltbu sh is con fid ent th at W e ll 11 wi ll be ca pab le of produ c in g th e co mbined wate r ri ght amount of 75 0 gp m and 692 afy. W e p ro pose dril li ng a 700-foot d ee p we ll in to th e be low-sea -l eve l aq uifer. Th e we ll wi ll be d rill ed usi ng ca bl e-tool methods, w h ich prov id es u s w i th th e b es t hyd rogeo logi c inform ati on and rep rese ntati ve aq ui fe r sa nd sa mples for th e most accu rate well sc ree n d es i gn. It i s ve ry i mporta nt th at a sea l be es tab li shed betwee n th e W ell s 1, 2, and 3 aq uife r and the d ee per below-sea -l eve l aquifer . T herefor e, w e p ropose d rilling with 20-inc h cas in g to a d epth of at least 300 feet in to the aq uitard b elow th e upper aqu ifer and th en reducing to 16-inch cas i ng to drill to 700 fee t. H oweve r, beca use we ca nn ot be sur e th e 16-inch cas i ng w ill b e abl e to fu ll y penet rate to th at 3 0 I I South Huso n S treet , S uit e A Tac o ma, Washing w n 984 09 • (253) 47 5-77 11 • Fax: (253) 4 72-5846 e-m a il : m ail @robinson-no bl e.com City of Port Orchard Well 11 Proposal March 1 9, 2009 Page 2 depth, we are including a reduction to 12-inch casing in the bid proposal. Our engineer's estimate for City of Port Orchard Well 11 is detailed on the enclosed sample bid form and is estimated at $273,260. Scope of Work Robinson, Noble & Saltbush hydrogeologists will provide professional services as detailed in the following scope of work. Task 7: Project Administration Robinson, Noble & Saltbush will provide project administration and technical specifications for the production well. We will meet with the City when requested and provide periodic verbal progress reports to the City Engineer. We will review the selected drilling Contractor's invoices for accuracy before they are forwarded to the City. Task 2: Observe Well Construction A qualified hydrogeologist will observe well construction and keep the City informed of the Contractor's progress. Proper design and complete development are the keys to a successful well. Our hydrogeologist will be on site during critical phases of construction, completion, and development. Task 3: Provide Well Screen Design Our hydrogeologist will collect aquifer sand samples and perform sieve analysis of the samples in our laboratory. We will prepare a screen design for review and approval by the City before completion materials are purchased and installed by the drilling contractor. Task 4: Conduct 24-hour Pumping Test We will install automatic water level sensing devices in the pumping well prior to conducting a 24-hour well test. We will also monitor Well 46 during the test to determine interference impacts, if any. The automatic data will be backed up by manual measurements at appropriate intervals. At the end of the 24-hour test, we will collect the required water quality samples for transport to your contract laboratory. Task 5: Prepare Report Robinson, Noble & Saltbush's report will include all information and analysis required by the Washington State Departments of Ecology and Health for a new groundwater source. The report will include a location map, lithologic and geophysical (if completed) logs, well completion details, and graphic analysis of the well test along with all test data. We will provide a preliminary wellhead protection area delineation graphic and susceptibility assessment survey form. We will also provide recommendations for well yield, pump placement, and operation. Service Agreement Robinson, Noble & Saltbush typically works on a time-and-expense basis according to the attached General Fee Schedule. This estimate will remain valid for 180 days from the date of this scope. We are strictly a consulting-service business and will not provide any materials for this project. City of Port Orchard Well 11 Proposal March 1 9, 2009 Page 3 Based on our understanding of the project and the conditions outlined in this scope, we estimate the cost of our services to provide the services detailed herein, will be an estimated cost of $53,000. As a cost-savings measure for our clients, each Robinson, Noble & Saltbush employee charges their time on a project according to the level of expertise required for a given task (i.e., employees may have than one billing rate). This allows us to make use of our more experienced staff without unduly impacting project costs, but also means that our clients only pay for the level of expertise applied. This estimate does not include cost for any extra insurance, business licenses or fees, or applicable local taxes that might be necessary to complete the project. We will request that these additional costs be added to the above total estimate when they become known to us. Rental costs for our standard field equipment and any specialized equipment as detailed in this scope are included in the above estimate. Should additional equipment be deemed necessary or warranted in order to properly complete the project, we will submit a change in scope request with estimated costs based on the equipment rental schedule included in the General Fee Schedule. The costs for project activities will be tracked closely and any foreseeable changes to the project cost will be discussed with the City at the earliest opportunity. We understand that we will be contracted under the C1ty's own Professional Services Agreement. Upon our receipt and acceptance of the signed agreement, we will commence work on the project. We hope this scope of work and cost estimate is adequate for your needs. Please contact us if we can provide additional information or modify the scope of work to better assist you. If at any time prior to or during this project the City identifies a concern or problem with our work or progress that cannot be resolved by the assigned Robinson, Noble & Saltbush project manager, please contact joseph Becker, our company President, and he will make every effort to resolve the issue to your satisfaction. We look forward to continuing to provide hydrogeologic services to the City. Sincerely, ~~;:t·ch·~~ Douglas C. Dow, LHG Senior Associate Hydrogeologist/Project Manager attachment