Loading...
HomeMy WebLinkAboutGolder Assocites Inc AG-C-376 - CLOSED 2/8/2011s~3.r(c, .9 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-376 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to as "CITY" and GOLDER ASSOCIATES INC., whose address is 18300 NE Union Hill Rd., Suite 200, Redmond, WA 98052, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by June 30, 2010 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $ 90,000.00. Paid per rates are attached in the fee schedule as shown on Exhibit B, which is attached hereto and by this reference made a part of this Agreement. Agreement for Professional Services AG-C-376 10/8/2009 Page 1 of 11 The CONSULTANT shall be paid by the CITY for direct non-salary cost, per attached Exhibit C, at the actual cost to the CONSULTANT plus 10%. Exhibit C is attached hereto and by this reference made a part of this Agreement. These charges may include, but are not limited to the following items: outside reproduction fees, courier fees, subconsultant fees, and materials and supplies. The billing for non-salary cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services. 4. SUBCONTRACTING. The CITY permits subcontracts for those items of work necessary for the completion of the project. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY. No permission for subcontracting shall create, between the CITY and subcontractor, any contractor or any other relationship. Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3. All subcontracts exceeding $10,000 in cost shall contain all applicable provisions of this AGREEMENT. Agreement for Professional Services AG-C-376 10/8/2009 Page 2 of 11 5. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of alt studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perForm its services to conform to generally-accepted professional engineering standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither the CITY'S review, approval or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the perFormance of this Agreement to the full extent of the law. 6. INDEMNIFICATION/HOLD HARMLESS The CONSULTANT shall indemnify and hold the CITY and its officers and employees harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this Agreement; provided that nothing herein shall require the CONSULTANT to indemnify the CITY against and hold harmless the CITY from claims, demands or suits based solely upon the conduct of the CITY, their agents, officers and employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the CONSULTANT'S agents or employees and (b) the CITY, their agents, officers and employees, this indemnity provision with respect to (1) claims or suits based upon such negligence, (2) Agreement for Professional Services AG-C-376 10/8/2009 Page 3 of 11 the costs to the CITY of defending such claims and suits, etc. shall be valid and enforceable only to the extent of the CONSULTANT'S negligence or the negligence of the CONSULTANT'S agents or employees. The provisions of this section shall survive the expiration or termination of this Agreement. 7. INDEPENDENT CONTRACTOR/ASSIGNMENT The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 8. INSURANCE. CONSULTANT shall procure and maintain for the duration of this 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. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. CONSULTANT shall obtain insurance of the types and in the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing Agreement for Professional Services AG-C-376 10/8/2009 Page 4 of 11 equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or equivalent and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 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 using the applicable ISO Additional Insured endorsement or equivalent. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. If the consultant is a sole proprietor, the parties agree that tndustrial Insurance would be required if the CONSULTANT had employees. However, the parties agree that a CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability, and Commercial General Liability insurance: a. The CONSULTANT'S insurance coverage shall be primary insurance, only as it relates to CONSULTANT's performance under this Agreement, as respects the CITY. Any insurance, self insurance, or insurance pool coverage Agreement for Professional Services AG-C-376 10/8/2009 Page 5 of 11 maintained by the CITY shall be excess of the CONSULTANT'S insurance and shall not contribute with it. b. 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 has been given to the CITY by certified mail, return receipt requested. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A-:VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 9. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or where there is the presence of any sensory, mental or physical handicap. 10. OWNERSHIP OF RECORDS AND DOCUMENTS The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT, shall belong to and shall remain the property of the CITY OF Agreement for Professional Services AG-C-376 10/8/2009 Page 6 of 11 AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY may inspect any and all documents held by the CONSULTANT and relating to this Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. 11. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,_AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and Agreement for Professional Services AG-C-376 10/8/2009 Page 7 of 11 (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 12. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice; and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in perForming this Agreement, whether completed or in process. 13. GENERAL PROVISIONS. 13.1. This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 13.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. Agreement for Professional Services AG-C-376 10/8/2009 Page 8 of 11 13.3. In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 13.4. The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 13.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT. 13.6. Should it become necessary to enforce any term or obligation of this Agreement, then all costs of enforcement including reasonable attorneys fees and expenses and court costs shall be paid to the substantially prevailing party. 13.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 13.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. Agreement for Professional Services AG-C-376 10/8/2009 Page 9 of 11 13.9. This Agreement shall be administered by David Banton on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any written notices required by the terms of this Agreement shall be served on or mailed to the following addresses: City of Auburn Attn: Robert Lee 25 W Main Street Auburn WA 98001 Phone: 253.804.5071 Fax: 253. 931.3010 E-mail: rleeCa)_auburnwa.aov Golder Associates Inc. Attn: David Banton 18300 NE Union Hill Rd, Suite 200 Redmond, WA 98052 Phone: 425.883.0777 Fax: 425.882.5498 E-mail: dbanton(cD-qolder.com 13.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 13.9 or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 13.11. This Agreement may be executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party. Agreement for Professional Services AG-C-376 10/8/2009 Page 10 of 11 CITY OF AUB l~ Peter B. Lewis, Mayor ATTEST: L~Q D' le E. askam, City Clerk Agreement for Professional Services AG-C-376 10/8/2009 Date OCT 19 2009 Golder Associates Inc. BY: Title Federal Tax ID # Page 11 of 11 APPROVED AS TO FORM: EXHIBIT A SCOPE OF WORK 1.0 GOALS AND OBJECTIVES The City has identified a capital project for improvements to the City's Well 1. The preliminary phase of the project includes an investigation to document the current well conditions, identify the cause of decreased pumping capacity exhibited by the well, assess options to restore the well to its water right maximum instantaneous capacity and identify a recommended improvement alternative. This Scope of Work describes the preliminary work required as part of the Well 1 Improvements project. A separate Scope of Work will be prepared for detailed design and construction services. 2.0 BACKGROUND Well 1 is a municipal drinking water well that was installed in 1957 near the intersection of 12th and M Street SE. The well is located in the NE '/4 of the NE '/4 of Section 19, Range 5 East, Township 21 North in Auburn, Washington. Well 1 is authorized under an Ecology Certificate of Water Right for groundwater, Certificate No. 3560-A, with a priority date of November 12, 1957. A superseding certificate was issued on September 16, 1997. The water right authorizes an instantaneous withdrawal rate of 2,200 gallons per minute (gpm) and an annual withdrawal total of 1,120 acre-feet per year (AF/yr). Well 1 is completed in an unconfined aquifer, which consists of modern alluvial and Vashon recessional outwash deposits. The water-bearing portion of the aquifer formation consists of`coarse-grained zones and deposits of sand and gravel. The well is equipped with a three-stage centrifugal turbine pump driven by a 150-horsepower (hp) motor and is capable of producing yields of 2,100 gpm. Well 1 produces high quality water and requires only chlorination to meet state and federal drinking water standards. Well 1 has been a consistent and reliable source of quality drinking water for the City for several decades, but has exhibited declining capacity according to City records. Instantaneous production yields have decreased from approximately 2,100 gpm to as low as 1,400 gpm. In November 1998, the City took the first step to evaluate well performance by conducting a video survey of Well 1. No evidence of corrosion, incrustation, mineral precipitation, or bio-fouling of the screen assembly was observed, and side-view shots showed clean gravel pack outside the screen. These observations from the video suggest that the screen assembly and gravel pack at Well 1 are in good condition with no immediately apparent cause for the reduced capacity. However, the integrity of the casing is uncertain. Exhibit A Agreement No. AG-C-376 Page 1 of 7 3.0 ASSUMPTIONS The following general assumptions are incorporated into the scope of work: ■ Meetings are held at the City's offices and are a maximum of two hours in duration. ■ Meeting attendance is by the Consultants Project Manager and Technical Specialists responsible for each task. ■ Level of effort is estimated based on Consultant's current knowledge of available data and anticipated testing requirements. ■ Unless specifically identified otherwise, all equipment removal and reinstallation, research, monitoring, sampling and testing will be conducted by the Consultant. 4.0 MEETINGS The following meetings are anticipated: ■ Review Task 1 Findings; ■ Review Task 2 Findings; ■ Review Task 3 draft report 5.0 DELIVERABLES The following deliverables will be provided by the Consultant: ■ Task 1 Technical Memorandum - pdf and three hard copies ■ Task 2 Technical Memorandum - pdf and three hard copies ■ Task 3 Draft Report - Alternative Evaluation Report with attachments - one unbound copy and one electronic version (Word format). ■ Task 3 Report - Alternatives Evaluation Report with attachments - six comb-bound hard copies, and one electronic CD ■ Video survey in DVD format 6.0 APPROACH To meet the project objectives and goals, the Consultants' project team will conduct the following: ■ Task 1- Desk-Top Hydrogeological Evaluation ■ Task 2- Well Characterization and Testing ■ Task 3- Alternatives Evaluation Report Exhibit A Agreement No. AG-C-376 Page 2 of 7 Details of Tasks 1 through 3 are discussed below. 6.1 Task 1- Desk-Top Hydrogeological Evaluation Task 1 will entail an evaluation of existing data to determine what potential hydrogeologic factors may have contributed to the decreased pumping capacity at Well No. 1. This will include a review and analysis of existing data and information available from the City and other public sources (e.g., U.S. Geological Survey, Washington Department of Ecology, Washington Department of Health, Western Regional Climate Center, etc.). The objective will be to determine if the cause of reduced capacity at Well 1 is related to changed conditions in the local aquifer or other environmental factors that may be impacting water supply. Reduced capacity could be related to declining water levels in the aquifer or interference from other nearby groundwater production wells. Existing data and information that will be compiled and analyzed as part of the hydrogeologic evaluation will include the following: ■ Groundwater level data (static and pumping) from Well 1 and other production, monitoring, and test wells in the City's monitoring network; ■ Streamflow data from the nearby Green and White Rivers; ■ Precipitation data in the vicinity of the study area; ■ Water usage data for City wells in the vicinity and upgradient of Well 1 (including Well 1); ■ Water quality data from wells in the vicinity of Well 1(including Well 1); ■ Any data or information the City may have regarding operations and water usage at the neighboring Miles Sand & Gravel Company; and ■ Previous hydrogeologic investigations completed for the City, and other technical publications by public agencies (i.e., USGS and WDOE) pertaining to the project area. Existing hydrogeologic data will help determine whether ambient static conditions in the groundwater system have been experiencing an area-wide declining trend in water level. 6.1.1 Task 1 Technical Memorandum A technical memorandum will be prepared following completion of the hydrogeologic evaluation. The memorandum will include: Exhibit A Agreement No. AG-C-376 Page 3 of 7 ■ Summary of hydrogeologic investigation and an overall description of historical and current conditions; and ■ Findings from the hydrogeologic evaluation and an identification of potential causes for reduced capacity at Well 1. ■ Preliminary conclusions as to the likely cause or causes for reduced well pumping capacity The Task 1 Technical Memorandum will be included as an attachment to the alternatives evaluation report (Task 3). 6.1.2 Assumptions ■ None 6.2 Task 2- Well Characterization and Testing Task 2 will include testing and analysis activities to characterize the existing condition of Well 1 and its equipment. Work conducted under Task 2 will include the following: ■ Step-Rate Pumping Test; ■ Initial Engineering Investigation; ■ Water Quality Sampling; ■ Well Video Survey; and ■ Casing Thickness Survey. 6.2.1 Step-Rate Pumping Test The Consultant will determine the pumping rates and durations for a step test of Well 1. The CITY will then operate the well according to the requirements determined by the Consultant to evaluate the current well performance. The step-rate test will consist of operating the existing pump, controlled by a in-line valve, at up to four different rates with 60 to 90 minutes of pumping at each rate. An electronic pressure transducer and data logger will be installed in Well 1 to collect high-frequency water level data and monitor the changes in water level prior to, during, and following the step-rate test. Manual water level measurements will be collected regularly during the test to verify transducer readings. Data collected during all phases of the step-rate test will be analyzed and interpreted to assess well performance and aquifer properties (i.e., specific capacity and transmissivity). Exhibit A Agreement No. AG-C-376 Page 4 of 7 6.2.2 Initial Engineering Evaluation The Consultant will conduct an initial engineering evaluation in conjunction with the step-rate pumping test. The purpose of the investigation will be to ascertain the condition of the existing equipment and possible reuse in the rehabilitation of Well 1. Specifically, the initial investigation will consist of the following tasks: ■ Perform an assessment of the existing pumping equipment during the step-rate test. The pump will be tested at several flow rates and the resulting inlet and outlet pressures will be recorded and used to develop a pump curve representative of the existing pump condition. This curve will be compared with manufacturer's data, if available. ■ Measure electrical parameters during the flow test including voltage and amperage. This information will be used to calculate a pump and motor efficiency for the existing equipment. ■ Inspect the overall condition of the building piping, the capacity of the electrical service, and the condition of the existing structure. 6.2.3 Groundwater Quality Sample The Consultant will collect a groundwater quality sample from Well 1 near the end of the step-rate test. The sample will be shipped to a Washington state certified drinking water laboratory and analyzed for water-quality constituents required for drinking water characterization (VOCs, SOCs, metals, inorganics, and general chemistry parameters). Field water quality parameters (e.g., pH, dissolved oxygen, specific conductance, turbidity, water temperature, and oxidation-reduction potential) will be measured periodically during the step-rate test. 6.2.4 Well Video Survey After the step-rate pumping test, initial engineering evaluation, and water quality sampling have been completed, the existing Well 1 pump and pump column will be removed to conduct a well video survey and a casing thickness survey. A video survey of Well 1 will be conducted by a local contractor and observed by the Consultant to evaluate current down-hole conditions since the well has not been operated in several years. The video will be completed in color, with forward- and side- view capability, and associated audio commentary. Observations from the video survey will be used to develop a focused rehabilitation program should this alternative appear feasible. Exhibit A Agreement No. AG-C-376 Page 5 of 7 6.2.5 Casing Thickness Survey A geophysical survey of Well 1 will be conducted by the Consultant following the video survey to evaluate the structural integrity of the casing and to ultimately assess the feasibility of well rehabilitation as an alternative to consider for implementation. Sonic and electromagnetic methods are two geophysical techniques capable of evaluating casing wall thicknesses and changes in casing geometry. The Consultant is currently evaluating the effectiveness of each technique. A recommendation will be presented to the City, and will consider data quality/resolution, cost, and equipment/contractor availability. 6.2.6 Task 2 Technical Memorandum The observations and findings of all work conducted during Task 2 will be documented in a technical memorandum including: ■ Summary of work performed; ■ Analysis and interpretation of the step-rate pumping test; ■ Results from the preliminary engineering investigation and recommendations concerning the condition of the existing facility and its potential for re-use; ■ Evaluation of water quality data; ■ Analysis and interpretation of the well video and casing thickness surveys; and ■ Raw pumping, water quality and casing thickness data. The Task 2 Technical Memorandum will be included as an attachment to the alternatives evaluation report (Task 3). 6.2.7 Assumptions ■ City operates Well 1 during step test ■ Water from step test discharged per City requirements ■ Testing completed in one day ■ Well pump and column will be stored on site during well video and casing thickness survey ■ Pump and column will be re-installed following casing thickness survey Exhibit A Agreement No. AG-C-376 Page 6 of 7 6.3 Task 3- Alternatives Evaluation Report An alternatives evaluation report will be prepared by the Consultant that summarizes findings of Tasks 1 and 2, and presents and evaluates options to increase the capacity of Well 1. The report will provide a recommendation based on an evaluation of the benefits, risks and costs associated with each alternative. The report will consist of the following: ■ Summary of work perFormed and results of Tasks 1 and 2; ■ Identification of alternatives including: • Well rehabilitation; • New well on site at Well 1; and • New offsite well. ■ Evaluation of alternatives including: • A review of the benefits, risks and planning-level costs for each alternative; • A discussion of operator preference, public safety, and long-term maintenance requirements associated with each alternative; and • The potential for reuse or retrofit of existing equipment in the recommended alternative; and ■ Recommendation of the preferred option to increase the pumping capacity of Well 1. The report will be developed in close collaboration with the City's team members to insure that objectives for documentation and planning are met efficiently. 6.3.1 Assumptions ■ Three alternatives will be evaluated ■ Costs presented as 50% 6.4 Project Management The Consultant will provide the City with a monthly project status update (progress, budget, schedule and any outstanding issues). During critical stages of the project, such as during well testing or characterization studies, the project manager will provide the City with more frequent email or telephone updates. Exhibit A Agreement No. AG-C-376 Page 7 of 7 EXHIBIT B FEE SCHEDULE Goider Associates Inc. CHARGES: Charges for employees are determined by the hourly rates listed below. Charges for reimbursable expenses are specified below or in individual task order proposals. Labor Rates Labor Category Billing Rate (per hour)* Principal $190.00 Associate $165.00 Sr. Engineer $125.00 Sr. Project Engineer $115.00 Project Engineer $100.00 Staff Engineer $90.00 CAD Operator $105.00 Word Processor $65.00 Administrative Assistant $65.00 *Rates in effect until April 1, 2010 Exhibit B Agreement No. AG-C-376 Page 1 of 1 EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES ExnpneP Ratac Expense Category Billing Rate Mileage $0.55/mile or current IRS rate Outside Photocopies/Printing Cost + 10% Transportation by Public Carrier Cost + 10% Outside Services or Subcontractors Cost + 10% Materials and Supplies Cost + 10% Exhibit C Agreement No. AG-C-376 Page 1 of 1 CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement # (i.e.: AG-C-115). • Project number(s) listed (i.e.: PR562). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proofl along with type of work done (i.e.: design, right-of-way, or construction) or task order number. • Direct salary (base salaries) • Indirect salary (benefits) • Direct non-salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non-salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract - total authorized amount (bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work (if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15tn • For granUspecial funded projects there might be other special information needed, reference the LAG manual. Consultant Services Agreement No. AG-C-376 Page 1 of 2 SAMPLE INVOICE City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter (Project Engineer) Agency Agreement AG-C-010 Invoice 5222 Progress Payment 2 Invoice Date: February 10, 2002 Project Name: Thomas Nelson Farm Project PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourl Rate Amount Mike Jones, Princi al in Char e 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processin 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal $ 749.00 Ex enses see attached documentation Char es Multi lier Amount Mike Jones, Princi al in Char e 20 miles x1.1 $ 7 59 Carla Maker, Architect $ 30.00 x1.1 . $ 33 00 Joe Smith, Word Processin $ 29.00 x1.1 . $ 31.90 Consultant Ex enses Subtotal $ 72.49 Consultant Total: SUB CONSULTANTS (see attached documentation) Subconsultant Hours Hourl Rate Amount ABC Environmental, Inc., Civil En ineer 10 $ 100.00 $ 1 000 00 Electrical Consultin , Electrical En ineer 5 $ 100.00 , . 500 00 Mechanical Solutions, Mechanical En ineer 10 $ 100.00 MRF . 1 000.00 Movin Com an , Movin Consultant 2 $ 50.00 , 100 00 Subconsultant Subtotal $ . 2,600.00 Subtotal x 1.1 Multi lier $ 2,860.00 Subconsultant Total: - - - - - - - - - - - TOTAL DUE THIS INVOICE $ 821.49 $ 2,860,00 - - - - - - - $ 3,681.49 CONTRACT gRFnKnnwti Task Amount Authorized Prior Invoiced This Invoice Totallnvoiced To Date % Ex ended % Com leted Amount Remainin Original Contract * $22,000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18 293 51 MRF 2,500.00 0.00 11000.00 1,0000.00 40% 45% , . 1 500 00 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 , . $ 19,793.51 Note: MRF=Management Reserve Fund " Received a written authorization of MRF on 1I10/01 for Mechanical Engineer task in the amount of $2,000.00. Consultant Services Agreement No. AG-C-376 Page 2 of 2 A t 6 AMENDMENT #1 TO AGREEMENT NO. AG-C-376 BETWEEN THE CITY OF AUBURN AND GOLDER ASSOCIATES INC. RELATING TO PROJECT NO. CP0915, WELL 1 REDEVELOPMENT ~ THIS AMENDMENT is made and entered into this /day of - , 2010, by and between the CITY OF AUBURN, a municipal corporation of the S e of Washington (hereinafter referred to as the "CITY°), and Golder Associates, Inc., h einafter referred to as the "CONSULTANT'), as an Amendment to the Agreement befinreen the parties for AG-C-376 executed on the 19t' day of October 2009. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2010. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this Amendment.. 3. COMPENSATION: The amount of this amendment is $10,430.00. The total contract amount is increased to a total of $100,430.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-376 executed on the 19th day of October 2009 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. GOLDER ASSOCIATES, INC. CITY OF AU 1 By: ~ Authorized signature Peter B. Lewis, Mayor ATTEST (Optional): ATTEST: By: Its: anielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Attorney for (Other Party) Appro ed s t Da ' B. Heid, Tk; urn ity A orney Amendment No. 1 for Agreement No. AG-C-376 Golder Associates, Inc. Page 1 of 1 EXHIBIT A- SCOPE OF WORK AMENDMENT NO. 1 TO AGREEMENT NO. AG-C-376 BETWEEN THE CITY OF AUBURN AND GOLDER ASSOCAITES PROJECT CP0915, WELL 1 REDEVELOPMENT Scope of Work PumpTech was previously authorized by Golder to pull the pump at Well 1 and disinfect and re-install the pump following inspection of the well by others. Following removal of the pump and inspection of the pump, shaft, and column components onsite on March 18, 2010, the top shaft and packing gland seal were observed to be worn. The City of Auburn verbally requested PumpTech replace the worn shaft and provide a new seal and packing gland. At the request of the City of Auburn, Golder Associates Inc. (Golder) requested PumpTech to inspect the pump that was removed from Well #1. Their inspection indicated that: • The general condition of the pump is fair and better. • The shaft shows some wear and the bowl bearings are good. • The impellers appear to be in good condition with m;n;mal wear on the skirts. • Two of the bowls have wear rings inserted into them and the clearance between the impeller and skirt is excessive. PumpTech recommended that new wear rings be installed in all three bowl units. This information was communicated to Mr. Robert Lee of the City of Auburn on 12 May, 2010. Mr. Lee verbally authorized Golder to request PumpTech to install the new wear ring. This change order covers the work related to the pump inspections and repairs to the bowls, shaft, and packing gland seal. AMENDMENT #2 TO AGREEMENT NO. AG-C-376 BETWEEN THE CITY OF AUBURN AND GOLDER ASSOCIATES INC. RELATING TO PROJECT NO. CP0915, WELL 1 REDEVELOPMENT THIS AMENDMENT is made and entered into this day of , 2010, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter. referred to as the "CITY"), and,Golder Associates, Inc., hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-376 executed on the 19t" day of October 2009. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services remains unchanged as December 31, 2010. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $2,987.50. The total contract amount is increased to a total of $103,417.50. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-376 executed on the 19th day of October 2009 shall remain unchanged, and in full force and effect: IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. GOLDER ASSOCIATES C. ITY O By. Aut orized si nature Peter B. Lewis, Mayor ATTEST (Optional): ATTEST: 13Y: -On/4-r-) PiA'(Q 6 0 0~ C~ Its: I Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): App ed as t orm: Attorney for (Other Party) Daniel B. Heid, Auburn City Attorney Amendment No. 2 for Agreement No. AG-C-376 1 Golder Associates, Inc. Page 1 of 1 EXHIBIT A EVALATION AND ASSESSMENT OF WELL NUMBER 1 CITY OF AUBURN, WASHINGTON AMENDMENT NO.2 TO AGREEMENT AG-C-376 PROJECT NO.: CP0915 Golder Associates Job Number: 093-93277 Scope of Work Golder provided an update on the status of Well 1 on August 13, 2010. The City is currently performing a long-term pumping test using Well 1, and is planning to shut the well down on October 13, 2010. As part of the status update, we recommended collection of a comprehensive groundwater quality sample near the end of pumping in order to evaluate any changes in groundwater. quality resulting from extended pumping. This change order covers the costs for an analytical laboratory to analyze the groundwater sample. cost The following is a cost estimate to complete the additional groundwater quality analysis: Laboratory Subcontractor: $2,500 Tax at 9.5% $237.50 Golder Mark-Up (10%) $250 Total for Change Order $2,987.50 } Schedule The sample will be collected on October 13, 2010. _ V: \ PROJECTS\_7.009 PROJ&M\093-93277 Auburn Well I Replare_Banton\ Menegen*nt\C3ange Order\ Aubum Well 1- Weterr Quality Sample Change Order I2duc CITY OF Peter B. Lewis, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 February 8, 2011 Dave Banton Golder Associates Inc. 18300 NE Union Hill Road Redmond, WA 98052 RE: Agreement for Professional Services, AG-C-376 Project No. CP0915, Well 1 Re-Development Dear Mr. Banton: This letter is to inform you that the above-referenced Agreement for Professional Services is being closed at this time. Our records indicate that we processed the final payment for this agreement on February 1, 2011 for invoice #275347 in the amount of $899.25. If you feel that this Agreement for Professional Services should not be closed, or if there are any outstanding invoices, please inform me by February 21, 2011. Thank you for your firm's professional services in work related to the Well 1 Re- Development project. If you have any questions please call me at 253-804-5071. cerely, Robert E. Lee III Project Engineer Department of Public Works REL/ja/hg cc: Dani Daskam, City Clerk AG-C-376 CP0915- File 2.20 AUBURN *MORE THAN YOU IMAGINED