HomeMy WebLinkAboutResolution No. 07-084
CITY OF THE COLONY, TEXAS
RESOLUTION NO. 07- Ogt.J
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE
COLONY, TEXAS, APPROVING THE TERMS AND CONDITIONS OF
THE ENGINEERING SERVICES CONTRACT BY AND BETWEEN THE
CITY OF THE COLONY AND R.W. HARDEN AND ASSOCIATES FOR
CAPPING AND ABANDONMENT OF WELL NO.3, DESIGN AND
CONSTRUCTION SERVICES FOR A NEW WELL NO.3, AND TO
EVALUATE INCREASING WELL CAPACITY FOR EXISTING WELL
NO. 1 AND NO.2, WHICH IS ATTACHED HERETO AND
INCORPORATED HEREIN AS EXHIBIT "A"; AUTHORIZING THE
CITY MANAGER TO EXECUTE THE CONTRACT; AND PROVIDING
AN EFFECTIVE DATE.
WHEREAS, the City and Consultant have entered into a contract such that the Consultant
is to provide the following services: CAPPING AND ABANDONMENT OF WELL NO.3,
DESIGN AND CONSTRUCTION SERVICES FOR A NEW WELL NO.3, AND TO
EVALUATE INCREASING WELL CAPACITY FOR EXISTING WELL NO.1 AND NO.
2; and
WHEREAS, the City has determined that it is in the best interest of the City to enter into
the Contract with R.W. HARDEN AND ASSOCIATES, which is attached hereto and
incorporated herein by reference as Exhibit "A", under the terms and conditions provided therein;
and
WHEREAS, with this Contract, the City of The Colony is agreeing to pay the sum not to
exceed $98,000.00 for such services.
THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE
COLONY, TEXAS THAT:
Section 1. The Engineering Services Contract, which is attached and incorporated hereto as
Exhibit "A", having been reviewed by the City Council of the City of The Colony, Texas, and
found to be acceptable and in the best interest of the City and its citizens, be, and the same is
hereby, in all things approved in the amount of $89,190.00 as the base amount, plus a $8,810.00
contingency amount for a total not to exceed $98,000.00, and the City Manager is hereby
authorized to execute the Contract on behalf of the City of The Colony, Texas.
Section 2. This Resolution shall take effect immediately from and after its adoption and it is so
resolved.
CONSULTANT CONTRACT
CITY OF THE COLONY
STATE OF TEXAS ~
~
COUNTY OF DENTON ~
KNOW ALL MEN BY THESE PRESENTS:
THIS CONTRACT is made and entered into this date by and between the CITY OF THE
COLONY, a Texas municipal corporation (hereinafter referred to as the "CITY", and
R.W. Harden and Associates, Inc. (hereinafter referred to as "CONSULTANT") and evidences
the following:
I.
PURPOSE
CONSULTANT shall provide Engineering, Bidding Process and Construction Observation
Services for the proper abandonment of the City's well #3, design and construction services
for a new well #3, and to evaluate the potential to increase the capacity of the city's wells #1
and #2.
II.
DESCRIPTION OF SERVICES
The services which CONSULTANT shall provide for the CITY shall include the following:
A. CONSULTANT hereby covenants and agrees that CONSULTANT is to work
closely with the CITY's City Engineer or his chosen agent, and/or other appropriate
officials of the CITY, and that CONSULTANT is to perform any and all tasks
required of CONSULTANT to fulfill the purposes of this Contract.
B. CONSULTANT and the CITY covenant and agree that CONSULTANT shall
perform all of the services and work contained in CONSULTANT'S proposal to
the CITY (attached hereto as "Exhibit A"); said document being part of this
Contract and incorporated in its entirety herein. The parties agree that should there
Page 1 of 10
be any conflict between the terms of the incorporated document and this Contract,
the provisions of this Contract shall control.
C. CONSULTANT expressly covenants and agrees to provide the CITY with such
written reports as may be required by the scope of the proposal.
D. CONSULTANT will provide the CITY with one "hard copy set" and one digital
set of the final contract documents, plans and reports. Record drawings of the plans
and revised digital files shall be provided by the CONSULTANT upon completion
of the project. Also, provide the CITY with a digital copy in pdf format and four
sets of plans. Digital files shall be on labeled Compact Disk(s).
III.
PERFORMANCE OF WORK
CONSULTANT or CONSULTANT'S associates and employees shall perform all the work called
for in this Contract. CONSULTANT hereby covenants and agrees that all of CONSULTANT'S
associates and employees who work on this project shall be fully qualified to undertake same and
competent to do the work described in this Contract.
IV.
PAYMENT
The CITY shall pay to CONSULTANT a sum not to exceed ninety-eight thousand dollars
$98,000.00 for the services including expenses in accordance with "Exhibit B". CONSULTANT
shall bill CITY on a monthly basis for services rendered, based upon percentage of work
completed. City shall make prompt monthly payments in the amount shown by the
CONSULTANT'S approved montWy statements and other documentation submitted. No interest
shall ever be due on late payments. Within 30 days after the final completion and acceptance by the
CITY of all work under this Contract, and demonstration of payment of all suppliers and sub-
contractors final payment shall be due.
Page 2 of 10
V.
TERM OF THE CONTRACT
This Contract shall commence and be in full force and effect upon the signing of the Contract and
observance of the appropriate formalities. This Contract shall terminate by December 31st. 2009 at
which time all of the work called for under this Contract must be completed unless the parties
mutually agree in writing to extend the term of the Contract, or, unless otherwise terminated as
provided in Paragraph XV herein.
Throughout the project the Consultant must establish and maintain procedures for tracking and
reporting progress. On Projects lasting over two months and exceeding $15,000, the Consultant
shall submit to the City written progress reports on a monthly basis. The reports shall include a
brief summary of progress relative to each phase of work of the project. Reports shall include
minutes of review meetings, documentation of any changes, and shall address issues and challenges
encountered as well as anticipated project milestones according to the schedule, and anticipated
solutions to keep the project on schedule.
VI.
CONTRACT PERSONAL
CONSULTANT and the CITY hereby covenant and agree that this Contract provides for personal
services and that these services are not to be assigned or sublet in whole or part without the prior
written consent of the CITY.
VII.
CONFLICT OF INTEREST
CONSULTANT hereby covenants and agrees that during the Contract period that
CONSULTANT and any of CONSULTANT'S associates and employees will have no interest nor
acquire any interest, either direct or indirect, which will conflict in any manner with the
Page 3 of 10
performance of the services called for under this Contract. All activities, investigations and other
efforts made by CONSULTANT pursuant to this Contract will be conducted by employees or
associates of CONSULTANT. CONSULTANT further covenants and agrees that it understands
that the Code of Ordinances of the City of The Colony prohibits any officer or employee of the
CITY from having any financial interest, either direct or indirect, in any business transaction with
the CITY. Any violation of this paragraph which occurred with the actual or constructive
knowledge of CONSULTANT will render this Contract voidable by the CITY.
VIII.
CHANGE IN WORK
The CITY, through its City Engineer, may request changes in the scope and focus of the activities
and studies called for under this Contract. Any such change which, in the opinion of
CONSULTANT or the CITY varies significantly from the scope and focus of the work set out
herein or entails a significant increase in cost or expense to CONSULTANT must be mutually
agreed upon by CONSULTANT and the CITY. The parties herein acknowledge that any change
in the scope or focus of the work which results in the increase in compensation to CONSULTANT
of the fee stated in Paragraph IV hereof must first be approved by the CITY's City Manager or City
Council, where applicable.
IX.
CONFIDENTIAL WORK
Any reports, designs, plan, information, project evaluations, data or any other documentation given
to or prepared or assembled by CONSULTANT under this Contract shall be kept confidential and
may not be made available to any individual or organization by CONSULTANT without the prior
written approval of the CITY except as may be required by law.
Page 4 of 10
x.
OWNERSHIP OF DOCUMENTS
CONSUL T ANT acknowledges that the finished product, the report and/or documents and plans
prepared for the CITY, as well as city documents reviewed in the preparation of the report, are the
property of the CITY. CONSULTANT shall provide CITY a copy of all such reports, documents,
and information (except to the extent that they contain confidential information about third parties)
at CITY expense upon written request. CITY agrees to keep all such information in the strictest of
confidence and not to disclose such material to any third party or allow any third party access to
such material except as such disclosure is expressly required to applicable law. Furthermore, the
CITY acknowledges that the CONSULTANT is not liable in any way for the CITY'S re-use of
plans, specifications, or other documents produced by the CONSULTANT during the course of
work performed under this contract.
XI.
NONDISCRIMINATION
As a condition of this Contract, CONSULTANT covenants and agrees that CONSULTANT shall
take all necessary actions to insure, in connection with any work under this Contract, that
CONSULTANT or CONSULTANT'S associates, sub-contractors, or employees, will not
discriminate in the treatment or employment of any individual or groups of individuals on the
grounds of race, color, religion, national origin, age, sex, or physical handicap unrelated to job
performance, either directly or indirectly or through contractual or other arrangements. In this
regard, CONSULTANT shall keep, retain and safeguard all records relating to this Contract for
work performed hereunder for a minimum period of three (3) years from final contract completion,
with full access allowed to authorized representatives of the CITY upon request, for purposes of
evaluating compliance with this and other provisions of the Contract.
Page 5 of 10
XII.
INDEPENDENT CONTRACTOR
By the execution of this Contract, the CITY and CONSULTANT do not change the independent
contractor status of CONSULTANT. No term or provision of this Contract or any act of
CONSULTANT in the performance of this Contract may be construed as making
CONSULTANT the agent or representative of the CITY.
XIII.
INSURANCE
CONSULTANT shall prior to the commencement of work under this Contract, obtain and shall
continue to maintain at no cost to the CITY, in full force and effect during the term of this
Contract, a comprehensive liability insurance policy which shall include bodily, death, automobile
liability and property damage coverage. The minimum limit for this coverage shall be $500,000
combined single limit for liability and for property damage. The CONSULTANT shall also obtain
and shall continue to maintain at no cost to the CITY, in full force and effect during the term of this
Contract a professional liability (errors and omissions) insurance policy placed with a company
rated at least A-IX by Best's Key Rating Guide, authorized to do business in Texas, in an amount
not less than $500,000. The CITY shall be named as and additional insured under such general
liability policy and provisions shall be given at least thirty (30) days prior notice of any material
change in coverage, non-renewal, or of cancellation of such policy, evidenced by return receipt of
United States Certified Mail. CONSULTANT shall furnish the CITY with original copies of said
policies or certificates evidencing such coverage prior to commencement of any work under this
Contract.
Page 6 of 10
XIV.
HOLD HARMLESS
CONSULTANT shall defend, indemnify, and hold the CITY whole and harmless against any and
all claims for damages, costs, and expenses to persons or property to the extent they arise out of, or
are occasioned by the Consultant's negligence, gross negligence or intentional tortuous acts, errors
or omissions in the performance of this Contract, or any act of Consultant's negligence, gross
negligence or intentional tortuous acts of commission or omission in the execution or performance
of this Contract of any representative, agent, customer, employee, subcontractor or invitee of
CONSULTANT. All of the indemnity and other provisions of this paragraph shall also
reciprocally apply so that the CITY is the indemnitor and CONSULTANT is the indemnitee in a
corresponding indemnity by the CITY in favor of CONSULTANT, as permitted by law.
XV.
NO VERBAL AGREEMENT
This Contract contains the entire commitments and agreements of the parties to the Contract. Any
verbal or written commitment not contained in this Contract or expressly referred to in this Contract
and incorporated by reference shall have no force or effect.
XVI.
TERMINATION
The CITY may, at its option and without prejudice to any other remedy to which it may be entitled
at law or in equity, terminate further work under this Contract, in whole or in part, by giving at least
ten (10) days prior written notice thereof to CONSULTANT with the understanding that all
services being terminated shall cease upon the date specified in such notice. The CITY shall
equitably compensate CONSULTANT, in accordance with the terms of this Contract for the
services properly performed prior to the date specified in such notice following inspection and
acceptance of same by the CITY. CONSULTANT shall not, however, be entitled to lost or
Page 7 of 10
anticipated profits should the CITY choose to exerCIse its option to terminate. The
CONSULTANT may, at its option, terminate further work under this contract in the event that
timely payment is not rendered to the CONSULTANT by the CITY for work previously
performed by the CONSULTANT under this contract.
XVII.
VENUE
The parties to this Contract agree and covenant that this Contract will be performable in The
Colony, Texas, and that if legal action is necessary to enforce this Contract, exclusive venue will lie
in Denton County, Texas.
XVIII.
APPLICABLE LAWS
This Contract is made subject to the existing provisions of the Charter of the City of The Colony, its
rules, regulations, procedures and ordinances, present and future, and all applicable laws of the
State of Texas and the United States of America.
XIX.
CONTRACT INTERPRETATION
The parties to this Contract covenant and agree that in any litigation relating to this Contract, the
terms and conditions of the Contract will be interpreted according to the laws of the State of Texas.
XX.
NOTICES
All notices, communications and reports under this Contract must be mailed or delivered to the
respective parties at the addresses shown below, unless either party is otherwise notified in writing
by the other party:
CITY:
Tod K. Maurina
Utility Superintendent
City of The Colony
6800 Main Street
Page 8 of 10
The Colony, Texas 75056
972/625-6644 Ext 201, Fax 972/624-2272
CONSULTANT:
R.W. Harden and Associates, Inc.
3409 Executive Center Drive
Suite 226
Austin, Texas 78731
512/345-2379, Fax 512/338-9372
XXI.
SEVERABILITY
In the event that anyone or more of the provisions contained in this Contract shall for any reason be
held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or
unenforceability shall not affect any other provision thereof and this Contract shall be considered as
if such invalid, illegal, or unenforceable provision had never been contained in the Contract.
XXII.
RIGHT OF REVIEW
CONSULTANT covenants and agrees that the CITY, upon reasonable notice to CONSULTANT,
may review any of the work performed by CONSULTANT under this Contract.
XXIII.
SUCCESSORS AND ASSIGNS
This Contract shall be binding upon and inure to the benefit of the parties hereto and their
successors, and, except as otherwise provided herein, their assigns.
XXIV.
CAPTIONS
The captions to the various clauses of this Contract are for informational purposes only and in no
way alter the substance of the terms and conditions of this Contract.
XXV.
WAIVER OF ATTORNEYS FEES
CONSULTANT and CITY expressly covenant and agree that in the event of any litigation arising
Page 9 of 10
between the parties to this contract, each party shall be solely responsible for payment of its
attorneys and that in no event shall either party be responsible for the other party's attorney's fees
regardless of the outcome of the litigation.
EXECUTED this the / S
day of 5L- /7dJ7d'~ , 2007.
CITY OF THE COLONY, TEXAS:
CONSULTANT:
10-- J- 0 7
g~~
City Manager
/) ,
~~;::?~
Presidel'ft"""'"
ATTEST:
ATTEST:
{!l~A U)~
City Secretary
flt~
Corporate Secretary
Page 10 of 10
EXHIBIT A
R.W. HARDEN & ASSOCIATES, INC.
SCOPE OF WORK FOR PROFESSIONAL SERVICES TO BE PERFORMED IN
CONNECTION WITH A GROUNDWATER SUPPLY EV ALUA TION AND
WELL DESIGN AND CONSTRUCTION
RW. Harden & Associates, Inc. (RWH&A) is providing herein a Scope of Services,
project schedule, and estimated professional services costs associated with general water
supply planning and well construction services provided to the City of The Colony (City)
in Denton County, Texas. Within this document, the term "Client" refers to the City of
The Colony. Specific work products to be provided by RWH&A include:
1. General water supply and infrastructure planning. RWH&A will provide a cost to
benefit evaluation for various water planning scenarios including new well
construction, augmentation of existing well production, and modified use of
Dallas Water Utilities (DWU) supplies.
2. Assembling technical specifications and contract documents associated with the
design, contractor bidding, and construction of water well on the Client's property
to be used for public supply purposes.
3. Preparation of submittals associated with obtaining Texas Commission on
Environmental Quality (TCEQ) approval for well construction and use of the
produced water for public supply.
4. Administration of the well construction contract, and field observation of the
methods and materials used by the drilling contractor during construction of the
well, and performance of acceptance tests of the completed well.
5. Developing a plugging plan for the existing Trinity Well No.3, compiling
contractor bidding and technical specifications, administration of the plugging
contract, and on-site observation of the methods and materials used by the well
contractor during plugging operations.
RW. Harden & Associates, Inc. Page 1 of 6
HydroIo gists-GeoIo gists-Engineers
Exhibit A - Scope of Work
EXHIBIT A
Work Product 1: Water Supply and Infrastructure Plannine
RWH&A will work closely with the Client to develop a coherent approach for the long-
term administration of the Client's well field, and to develop a cost to benefit analysis for
various management options that may be implemented. These options may include
construction of new wells, enhancement of the production capabilities of existing wells,
increasing (or decreasing) use of DWU supplied water in the future, or a combination of
these. As a starting point, RWH&A will review production records and supply/demand
evaluations previously conducted by the Client to determine the current and future needs
of the Client's system. The current DWU rate structure will be reviewed and contrasted
to the operation and maintenance costs (as provided by the Client) of producing
groundwater from the site. Opinions of the probable costs associated with well
construction and/or reworking of existing wells will be compiled. Various groundwater
flow models developed by RWH&A will be used to assess the likely well bore aquifer
responses to various groundwater production scenarios. The results of the well field
modeling will be used to develop estimates of future pumping lift costs associated with
proposed changes to the well field. In addition, the Northern Trinity-Woodbine
Groundwater Availability Model (GAM) will be used to investigate the historical water
level trends associated with existing competitive well fields (including withdrawals
associated with petroleum production from the Barnett Shale) that may influence long-
term well rates in the area.
Using the costs and results of the analyses described above, RWH&A will compile a
detailed assessment of the various water supply management options that may be pursued
by the Client. These findings will be presented in report format; five hardcopies and one
digital copy of the final report will be provided to the Client. It is anticipated that one
meeting at the Client's offices will be needed at the conclusion of Work Product 1 to
review the findings of the evaluation and discuss how best to implement the available
options.
Work Product 2: Technical Specifications and Contractor Biddine
Well construction documents will be prepared with applicable sections including
schedule of prices, bid proposal, payment and performance bond (if requested), general
conditions, and technical specifications. The technical specifications will include
descriptions of pilot hole sampling and geophysical logging methods, well construction
R.W. Harden & Associates, Inc. Page 2 of 6
HydroIo gists-GeoIo gists- Engineers
Exhibit A - Scope of Work
EXHIB IT A
material settings and sizes, acceptance testing methods, suspended solids and well
efficiency guarantees, pump and motor details, and surface slab/pump foundation
specifications. It is understood that the Client will post contractor bidding notices
appropriate for the Client's specific public entity status. However, RWH&A will provide
assistance during contractor bidding, bid evaluations, generation of appropriate addenda,
and contract document compilation to verify that a contractor is selected that has the
experience and equipment necessary to conduct the work in a skillful and cost-effective
manner. It is understood that specifications for the electrical (i.e., starters, circuits, etc.)
and transmission line for the well are not to be provided by RWH&A, and that these
items shall be handled by others.
Work Product 3: TCEO Submittals
RWH&A will be responsible for preparing all Texas Commission of Environmental
Quality (TCEQ) submittals applicable to construction and use of public supply wells.
Included will be the submittals required for well construction approval including: an
engineers well-sizing report, well construction specifications, site map, and conducting
and submitting required pollution source surveys for one well site. It is understood that
the Client will supply the draft (or final) sanitary control easements and other items
readily available to the Client pertaining to their water system and as required for TCEQ
approval of the well. In addition, RWH&A will provide notification to the TCEQ of the
start of construction and casing cementing, and will prepare the final construction
documents required for interim approval for use of the well as a public water supply.
Work Product 4: Construction Observation and Contract Manaeement
RWH&A will assist the Client in administering the well construction contract. Work will
include planning, general drilling contractor observation, preparation of work progress
and budget reports, and assembly of appropriate change orders.
As part of this work product, RWH&A will provide an experienced on-site geologist or
engineer at key points in the pilot hole drilling and well construction process to help
ensure conformance with the technical specifications. Specifically, RWH&A will
provide qualified field personnel to observe: 1) drilling operations during penetration of
aquifer zones, and collection of drill cuttings samples, 2) geophysical logging of the pilot
hole, 3) a post-reaming alignment survey, 4) setting and cementing of surface casing, 5)
RW. Harden & Associates, Inc.
HydroIo gists-GeoIo gists-Engineers
Page 3 of6
Exhibit A - Scope of Work
EXHIB IT A
setting and gravelling of screen and liner, and 6) acceptance testing to certify that all well
performance guarantees included in the specifications are met.
One or two meetings may be necessary during this phase of work. These meetings may
include pre-construction meetings and technical meetings with the Client on aquifer
characteristics found at the site, contractual issues, and work progress.
Work Product 5: Well Plueeine Observation and Contract Manaeement
The tasks associated with this work product pertain to the plugging of the Client's
existing Trinity Well No.3. RWH&A will review information provided by the Client,
and work with well plugging contractors to develop the methods and materials needed
(plugging plan) to plug Trinity Well No.3 such that cross-formational flow within the
well bore is permanently restricted or eliminated. RWH&A will formulate the well
plugging plan in accordance with: 1) good engineering and hydrogeological practices, 2)
well contractor capabilities and equipment, and 3) the information supplied by the Client
pertaining to the subsurface construction methods and current condition of Trinity Well
No.3. However, because of the incomplete nature of the available subsurface
information as well as the limitations of contractor abilities, it is understood that
RWH&A assumes no liability for the long-term effectiveness of the plugging operation
or the impact on groundwater quality that may result from continued cross-formational
leakage within the well bore.
It may be necessary, given the legal requirements of the Client, to adhere to a public
bidding process in order to secure a well contractor to perform the plugging operations.
If this is the case, RWH&A will prepare bidding, technical, and contract documents
applicable for obtaining a contractor to execute the plugging work. Specifically, these
documents will include instructions for bidders, schedule of prices, bid proposal, payment
and performance bond (if requested), general conditions, and technical specifications. It
is understood that the Client will post contractor bidding notices appropriate for the
Client's specific public entity status. However, RWH&A will provide assistance during
contractor bidding, bid evaluations, generation of appropriate addenda, and contract
document compilation to verify that a contractor is selected that has the experience and
equipment necessary to conduct the work in a skillful and cost-effective manner.
RWH&A will assist the Client in administering the well plugging contract, which
includes planning, general contractor observation, preparation of work progress and
RW. Harden & Associates, Inc. Page 4 of 6
HydroIo gists-GeoIo gists- Enginee rs
Exhibit A - Scope of Work
EXHIBIT A
budget reports, and assembly of appropriate change orders. During on-site work,
RWH&A will provide an experienced on-site geologist or engineer at key points in the
well plugging process to help ensure conformance with the technical specifications. It is
assumed that one meeting at the Client's offices will be necessary to discuss contractor
selection and progress during the course of the work.
Work Product Budeets
Estimated probable costs to perform the work products are:
1. Work Product 1 - Supply Planning: $10,980
2. Work Product 2 - Specifications and Bidding: $16,010
3. Work Product 3 - TCEQ Submittals: $2,620
4. Work Product 4 - Well Construction Oversight: $40,700
5. Work Product 5 - Well Plugging Specifications and Oversight: $18,880
Total Contract Budget (plus 10% contingency): $98,000
The costs include only RWH&A professional engineering services and expenses; costs
associated with surveying, laboratory services, and contractor well construction and
plugging site work and are not included. We work on projects of this nature in
accordance with the actual man-hours involved plus direct out-of-pocket expenses in
accordance with our standard contract and fee schedule (Exhibit B). For budgeting
purposes, we estimate approximately three meetings at the Client's offices will be
required during the course of the project.
Schedule
The estimated scheduling of the work efforts described above is shown in Figure 1. The
schedule provides the expected time to complete the work by task. The schedule is
estimated based on standard engineering and construction times. In addition the schedule
assumes that a suitable drilling contractor and rig IS readily available, and that no
RW. Harden & Associates, Inc. Page 5 of 6
HydroIo gists-GeoIo gists- Engineers
Exhibit A - Scope of Work
EXHIBIT A
significant delays result from contractual or performance problems with the contractor
conducting the work.
Figure 1. Estimated Project Schedules - Work Products 1 Through 5
and Infrastructnre Planni (Months from Notice to Proceed)
4 5 6 7 8 9 10 11
12
13
14
~ - Reporting
Work Product 2: Technical S cifications and Contractor Biddin (Months from Notice to Proceed)
1 2 3 4 5 6 7 8 9 10 11 12
13
14
Task 1 - Assemble Specifications and
Cootract Documents
~ - Bidding Support
Work Product 3: TCEQ Submittals (Months from Notice to Proceed)
1 2 3 4 I 5 I 6 7 8 9 10 11 I 12 13 14
~ - Well Construction I I I
Appll:ation
~ - Interim Approval for Public I I I I
Supply
Work Product 4: Well Construction Observation and Contract Management (Months from Notice to Proceed)
1 2 3 4 5 6 7 8 9 10 11 12 13 14
- Wen Acceptarce Testing
Work Prodnct 5: Well Plugging Specifications and Field Observation (Months from Notice to Proceed)
I 1 I 2 3 4 5 6 7 8 9 10 11 12 13 14
IM.!s...1 - Assemble Specificatk:>ns
and Contractor Bidang
.IM.!s..2 ~ Reid Observation of I I .
Plugging
RW. Harden & Associates, Inc.
HydroIo gists-GeoIo gists- Enginee rs
Page 6 of6
Exhibit A - Scope of Work
EXHIBIT B
STANDARD FEES FOR TECHNICAL SERVICES
BY R. W. HARDEN & ASSOCIATES, INC.
Fees for professional services are based on the actual time of personnel directly involved
with the project at the following hourly rates:
Senior Principal
Principal
Technical Staff 8
Technical Staff 7
Technical Staff 6
Technical Staff 5
Technical Staff 4
Technical Staff 3
Technical Staff 2
Technical Staff 1
Graphics Staff
Administrative Staff
Clerical Staff
$200
$180
$160
$150
$140
$120
$105
$95
$85
$75
$70
$60
$50
Expenses that are directly attributable to performance of our professional services on a
project are billed at the following rates plus 10 percent:
a. for reproductions by our graphics department, charges equivalent to
commercial rates for similar commercial services.
b. for transportation in our company or personal vehicles, $0.50, per mile.
Vehicles utilized at field sites will be charged an additional $25.00 per
day.
c. for use of company field equipment, including but not limited to GPS
equipment, steel tapes, electric lines, conductivity, pH and turbidity
meters, computers, water-level transducers, and organic vapor monitors,
charges are equivalent to commercial rates for similar equipment rentals.
d. for all other expenses, including but not limited to reproduction,
transportation, meals and lodging, parking and taxi fares, long distance
telephone, printing, maps and photographs, field supplies, equipment
rental, shipping, test drilling, well construction, and test laboratories,
actual invoice cost.