Loading...
HomeMy WebLinkAbout4373 Resolution - PSA with GSI Water Solutions for Aquifer Storage Recovery Ph 2RESOLUTION NO.4373 A RESOLUTION OF THE CITY OF PASCO, WASHINGTON, AUTHORIZING THE CITY MANAGER TO SIGN AND EXECUTE AN AGREEMENT WITH GSI WATER SOLUTIONS, INC. FOR THE AQUIFER STORAGE AND RECOVERY FEASIBILITY STUDY PHASE II PROJECT. WHEREAS, the City pf Pasco (City) is evaluating the feasibility of developing an Aquifer Storage and Recovery (ASR) program that would allow storing surplus water available from the City's existing supply sources in aquifers beneath the City for use during periods of peak -season demand; and WHEREAS, on October 29, 2020, after being properly selected through a Request for Qualifications process, the City entered into a contract with GSI Water Solutions, Inc. for the Aquifer Storage and Recovery (ASR) Feasibility Study Phase I Project; and WHEREAS, the Washington State Department of Ecology (Ecology) has agreed to the results of the Phase I study and recommends moving forward with Phase II of the ASR Feasibility Study and gather more information on the feasibility of developing an ASR in Pasco; and WHEREAS, the ASR Feasibility Study Phase II project will build upon work completed under the first phase of the Pasco ASR Feasibility Study; and WHEREAS, to help fund this second phase, the City applied for and received a 100% funding award from Ecology in the amount of $348,967.00 through the Office of Columbia River; and WHEREAS, these funds will be used to gather additional information to fill key data gaps identified during the initial Pasco ASR Feasibility Phase I Study prior to conducting any site - specific exploratory drilling and testing investigations to further assess feasibility and to guide a future ASR drilling and testing program; and WHEREAS, on March 6, 2023, Council approved the City entering into an Agreement with Ecology that outlined the scope of work for the Phase II project; and WHEREAS, staff recommends entering a second Agreement with GSI Water Solutions, Inc. to complete the scope of work approved by Ecology for the ASR Phase II project; and WHEREAS, the City Council of the City of Pasco, Washington, has after due consideration, determined that it is in the best interest of the City of Pasco to enter into a second Agreement to complete the scope of work approved by Ecology for the ARS Phase II project with GSI Water Solutions, Inc. Resolution - GSI Water Solution ASR Ph II Agreement - 1 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PASCO, WASHINGTON: Section 1. That the City Council of the City of Pasco approves the terms and conditions of the Agreement between the City of Pasco and GSI Water Solutions, Inc. as attached hereto and incorporated herein as Exhibit A. Section 2. That the City Manager of the City of Pasco, Washington, is hereby authorized, empowered, and directed to sign and execute said Agreement on behalf of the City of Pasco; and to make minor substantive changes as necessary to execute the Agreement Section 3. That this Resolution shall take effect and be in full force immediately upon passage by the City Council. PASSED by the City Council of the City of Pasco, Washington, on this 2nd day of October, 2023. IF Blanche Barajas Mayor ATTEST: V � bebra"llarham, CMC City Clerk Resolution - GSI Water Solution ASR Ph II Agreement - 2 APPROVED AS TO FORM: Kerr Fe on Law, PLLC Cit torneys EXHIBITA PROFESSIONAL SERVICES AGREEMENT Aquifer Storage & Recovery Feasibility Study — Phase 2 Agreement No. 23-013 THIS AGREEMENT is made and entered into between the City of Pasco, a Washington Municipal Corporation, hereinafter referred to as "City", and GSI Water Solutions, Inc., hereinafter referred to as "Consultant," on the day of , 2023. RECITALS WHEREAS, the City desires to have certain services and/or tasks performed as set forth below requiring specialized skills, training, equipment, and other supportive capabilities; and WHEREAS, the Consultant represents that it is qualified and possesses sufficient skills, experience, equipment, and necessary capabilities, including: technical and professional expertise, when required, to perform the services and/or tasks as set forth in this Agreement upon which the City is relying. WHEREAS, the City has, consistent with RCW 39.80, published an announcement related to its need for Architectural and Engineering services, evaluated Consultant's current performance data, and has determined that Consultant is the most highly qualified firm to perform the Architectural and Engineering services related to the Aquifer Storage & Recovery project; and WHEREAS, the City's Public Works Director finds that the Agreement with Consultant is both fair and reasonable in light of the duties to be performed, the Consultant's performance data, and the nature and complexity of the project. NOW, THEREFORE, in consideration of the mutual covenants, and performances contained herein, the parties agree as follows: 1. Scope of Services. The Consultant shall perform such services and accomplish such tasks, including the furnishing of all labor, materials, facilities and equipment necessary for full performance thereof, as identified and designated as Consultant's Responsibilities throughout this Agreement, and as more particularly described in Scope of Work detailed in Exhibit A, attached hereto and incorporated herein (the "Project"). 2. Term. This Project shall begin on the execution date listed above and promptly be completed by 12/31/2024. 3. Compensation and Payment. 3.1 Payment for services provided hereunder shall be made following the performance of such services. Such payment shall be full compensation for work performed or services rendered, and for all labor, materials, supplies, equipment, and incidentals necessary to complete the Project. Professional Services Agreement — GSI Water Solutions, Inc. Agreement No. 23-013 Aquifer Storage & Recovery Feasibility Study Version 09.13.23 Page 1 of 9 3.2 No payment shall be made for any services rendered by the Consultant except for services identified and set forth in this Agreement except as may be authorized by a written supplemental agreement approved by the City. 3.3 The City shall pay the Consultant for work performed under this Agreement upon timely submitted invoices detailing work performed and expenses for which reimbursement is sought. The City shall approve all invoices before payment is issued. Payment shall occur within thirty (30) days of receipt and approval of an invoice. 3.4 The City shall pay the Consultant for all work performed and expenses incurred under this Agreement, as follows. ® Hourly (Multiple Rate): Such rates as identified on Exhibit B, plus actual expenses incurred as provided under this Agreement, but not to exceed a total of $348,967.00 without the prior written authorization by the City. 4. Reports and Inspections. 4.1 The Consultant at such times and in such forms as the City may require, shall furnish to the City such statements, records, studies, surveys, reports, data, and information as the City may request pertaining to matters covered by this Agreement. 4.2 The Consultant shall, at any time during normal business hours and as often as the City or the Washington State Auditor may reasonably deem necessary, make available for examination all of its records and data with respect to all matters covered, directly or indirectly, by this Agreement and shall permit the City, or its designated authorized representative to audit and inspect other data relating to all matters covered by this Agreement. The City shall receive a copy of all audit reports made by the agency or firm as to the Consultant's activities. The City may, at its discretion, conduct an audit at its expense, using its own or outside auditors, of the Consultant's activities which relate, directly or indirectly, to this Agreement. Consultant shall be provided a copy of such reports. 4.3 The Consultant, during the term of this Agreement, shall obtain all permits and registration documents necessary for the performance of its work and for the execution of services at its own expense, and shall maintain its validity. Upon request, the Consultant shall deliver to the City copies of these licenses, registration documents, and permits or proof of their issuance or renewal. 4.4 Consultant shall maintain books, records and documents, which sufficiently and properly reflect all direct and indirect costs related to the performance of this Agreement, and shall maintain such accounting procedures and practices as may be necessary to assure proper accounting of all funds paid pursuant to this Agreement. Professional Services Agreement — GSI Water Solutions, Inc. Agreement No. 23-013 Aquifer Storage & Recovery Feasibility Study Version 09.13.23 Page 2 of 9 These records shall be subject, at all reasonable times, to inspection, review, or audit as provided above. 4.5 The Consultant shall retain all books, records, documents or other material relevant to this Agreement for three (3) years after its expiration. Consultant agrees that the City, or its designee, shall have full access and right to examine any of said materials at all reasonable times during this period. 5. Ownership and Use of Documents. 5.1 All research, tests, surveys, preliminary data, information, drawings and documents made, collected, or prepared by the Consultant for performing the services subject to this Agreement, as well as any final product, collectively referred to as "work product," shall be deemed as the exclusive property of the City, including copyright as secured thereon. Consultant may not use them except in connection with the performance of the services under this Agreement or with the prior written consent of the City. Any prior copyrighted materials owned by the Consultant and utilized in the performance of the services under this Agreement, or embedded in with the materials, products and services provided thereunder, shall remain the property of the Consultant subject to a license granted to the City for their continued use of the products and services provided under this Agreement. Any work product used by the Consultant in the performance of these services which it deems as "confidential," "proprietary," or a "trade secret" shall be conspicuously designated as such. 5.2 In the event of Consultant's default, or in the event that this Agreement is terminated prior to its completion, the work product of the Consultant, along with a summary of the services performed to date of default or termination, shall become the property of the City, and tender of the work product and summary shall be a prerequisite to final payment under this Agreement. The summary of services provided shall be prepared at no additional cost, if the Agreement is terminated through default by the Consultant. If the Agreement is terminated through convenience by the City, the City agrees to pay Consultant for the preparation of the summary of services provided. 6. Public Records. 6.1 Consultant acknowledges that the City is an agency subject to Chapter 42.56 RCW "Public Records Act." All preliminary drafts or notes prepared or gathered by the Consultant, and recommendations of the Consultant are exempt prior to the acceptance by the City or public citation by the City in connection with City action. 6.2 If the Consultant becomes a custodian of public records of the City and request for such records is received by the City, the Consultant shall respond to the request by the City for such records within five (5) business days by either providing the records, or by identifying in writing the additional time necessary to provide the Professional Services Agreement — GSI Water Solutions, Inc. Agreement No. 23-013 Aquifer Storage & Recovery Feasibility Study Version 09.13.23 Page 3 of 9 records with a description of the reasons why additional time is needed. Such additional time shall not exceed twenty (20) business days unless extraordinary good cause is shown. 6.3 In the event the City receives a public records request for protected work product of the Consultant within its possession, the City shall, prior to the release of any protected work product or as a result of a public records request or subpoena, provide Consultant at least ten (10) business days prior written notice of the pending release and to reasonably cooperate with any legal action which may be initiated by the Consultant to enjoin or otherwise prevent such release. 7. Independent Contractor Relationship. 7.1 The parties intend that an independent contractor relationship is created by this Agreement. The City is interested primarily in the results to be achieved; subject to the scope of services and the specific requirements of this Agreement, the implementation of services will lie solely with the discretion of the Consultant. No agent, employee, officer or representative of the Consultant shall be deemed to be an employee, agent, officer, or representative of the City for any purpose, and the employees of the Consultant are not entitled to any of the benefits or privileges the City provides for its employees. The Consultant will be solely and entirely responsible for its acts and for the acts of its agents, employees, officers, subcontractors or representatives during the performance of this Agreement. 7.2 In the performance of the services provided in this Agreement, Consultant is an independent contractor with full authority to control and direct the performance of the details of the work, however, the results of the work contemplated herein must meet the approval of the City and shall be subject to the City's general rights of inspection and review to secure the satisfactory completion thereof. 7.3 The Consultant shall comply with all State and Federal laws including, but not limited to: 7.3.1 The definition requirements of RCW 50.04.140 (Employment Security). 7.3.2 RCW 51.08.195 (Industrial Insurance). 7.3.3 Obtain a City of Pasco business license. 7.4 The City may, at its sole discretion, require the Consultant to remove any employee, agent or servant from employment on this Project who, in the City's sole discretion, may be detrimental to the City's interest. Professional Services Agreement — GSI Water Solutions, Inc. Agreement No. 23-013 Aquifer Storage & Recovery Feasibility Study Version 09.13.23 Page 4 of 9 8. Indemnification. 8.1 The Consultant shall defend, indemnify, and hold harmless 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 in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. 8.2 However, should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant, and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8.3 No liability shall attach to the City by reason of entering into this Agreement except as expressly provided herein. 8.4 This indemnification shall include damages, penalties and attorney fees sustained as a result of Consultant's delayed or failed performance of Section 6 above. 9. 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, employees, or subcontractors. The 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. 9.1 Minimum Scope of Insurance. Consultant shall obtain insurance of the types and coverage described below: 9.1.1 Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form CA 00 01. 9.1.2 Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with Professional Services Agreement — GSI Water Solutions, Inc. Agreement No. 23-013 Aquifer Storage & Recovery Feasibility Study Version 09.13.23 Page 5 of 9 respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 9.1.3 Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 9.1.4 Professional Liability insurance appropriate to the Consultant's profession. 9.2 Minimum Amounts of Insurance. Consultant shall maintain the following insurance limits: 9.2.1 Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 9.2.2 Commercial General Liability insurance shall be written with limits no less than: ® $2,000,000 each occurrence; and ® $2,000,000 general aggregate; 9.2.3 Professional Liability insurance shall be written with limits no less than: ® $2,000,000 per claim; and ® $2,000,000 policy aggregate limit; 9.3 Other Insurance Provision. The Consultant's Automobile Liability, Professional Liability, and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self-insurance, or self -insured pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 9.3.1 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. 9.4 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. 9.5 Verification of Coverage. 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 Agreement before commencement of the work. 9.6 Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation within two (2) business days of their receipt of such notice. Professional Services Agreement — GSI Water Solutions, Inc. Aquifer Storage & Recovery Feasibility Study Version 09.13.23 Agreement No. 23-013 Page 6 of 9 9.7 City Full Availability of Consultant Limits. If the Consultant maintains higher insurance limits than the minimums shown above, the City shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Consultant, irrespective of whether such limits maintained by the Consultant are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by the Consultant. 9.8 Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five (5) business days notice to the Consultant to correct the breach, immediately terminate the Agreement or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 10. Nondiscrimination. In the performance of this Agreement, the Consultant will not discriminate against any employee or applicant for employment on the grounds of race, creed, color, national origin, sex, marital status, age or the presence of any sensory, mental or physical handicap; provided that the prohibition against discrimination in employment because of handicap shall not apply if the particular disability prevents the proper performance of the particular worker involved. The Consultant shall ensure that applicants are employed, and that employees are treated during employment in the performance of this Agreement without discrimination because of their race, creed, color, national origin, sex, marital status, age or the presence of any sensory, mental or physical handicap. Consultant shall take such action with respect to this Agreement as may be required to ensure full compliance with local, State and Federal laws prohibiting discrimination in employment. 11. Covenant Against Contingent Fees. The Consultant warrants that it has not employed nor retained any company, firm, or person, other than a bona fide employee working exclusively for the Consultant, to solicit or secure this Agreement; and that it has not paid or agreed to pay any company, person or firm, other than a bona fide employee working exclusively for the Consultant, any fee, commission, percentage, brokerage fee, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the City shall have the right to terminate this Agreement. 12. Assignment and Subcontracting. 12.1 The City has awarded this Agreement to the Consultant due to its unique qualifications to perform these services. The Consultant shall not assign (or subcontract other than, as specifically identified in Exhibit A) its performance under this Agreement or any portions of this Agreement without the prior written consent Professional Services Agreement — GSI Water Solutions, Inc. Agreement No. 23-013 Aquifer Storage & Recovery Feasibility Study Version 09.13.23 Page 7 of 9 of the City, which consent must be sought at least thirty (30) days prior to the date of any proposed assignment. 12.2 Any work or services assigned or subcontracted hereunder shall be subject to each provision of this Agreement including Section 6, Public Records; Section 10, Nondiscrimination; proper bidding procedures where applicable; and all local, State and Federal statutes, ordinances and guidelines. 12.3 Any technical or professional service subcontract not listed in this Agreement, must have prior written approval by the City. 13. Termination. 13.1 Termination for Convenience. Either party may terminate this Agreement for any reason upon giving the other party no less than ten (10) business days written notice in advance of the effective date of such termination. 13.2 Termination for Cause. If the Consultant fails to perform in the manner called for in this Agreement, or if the Consultant fails to comply with any other provisions of this Agreement and fails to correct such noncompliance within five (5) business days of written notice thereof, the City may terminate this Agreement for cause. Termination shall be effected by serving a notice of termination on the Consultant setting forth the manner in which the Consultant is in default. The Consultant will only be paid for services and expenses complying with the terms of this Agreement, incurred prior to termination. 14. General Provisions. 14.1 For the purpose of this Agreement, time is of the essence. 14.2 Notice. Notice provided for in this Agreement shall be sent by: 14.2.1 Personal service upon the Project Administrators; or 14.2.2 Certified mail to the physical address of the parties, or by electronic transmission to the e-mail addresses designated for the parties below. 14.3 The Project Administrator for the purpose of this Agreement shall be: For the City: Steve M. Worley, P.E., or designee Public Works Director 525 North 3rd PO Box 293 Pasco WA 99301 WorleyS (c�pasco-wa.gov For the Consultant: Kenny Janssen, RG, LG., or designee Principal Hydrogeologist 650 NE Holladay St Suite 900 Portland, OR 97232 kjanssenA,gsiws.com Professional Services Agreement — GSI Water Solutions, Inc. Agreement No. 23-013 Aquifer Storage & Recovery Feasibility Study Version 09.13.23 Page 8 of 9 15. Dispute Resolution. 15.1 This Agreement has been and shall be construed as having been made and entered into and delivered within the State of Washington and it is agreed by each party hereto that this Agreement shall be governed by the laws of the State of Washington. 15.2 In the event of a dispute regarding the enforcement, breach, default, or interpretation of this Agreement, the Project Administrators, or their designees, shall first meet in a good faith effort to resolve such dispute. In the event the dispute cannot be resolved by agreement of the parties, said dispute shall be resolved by arbitration pursuant to RCW 7.04A, as amended, with both parties waiving the right of a jury trial upon trial de novo, with venue placed in Pasco, Franklin County, Washington. The substantially prevailing party shall be entitled to its reasonable attorney fees and costs as additional award and judgment against the other. 16. Nonwaiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other similar event or other provision of this Agreement. 17. Integration. This Agreement between the parties consists in its entirety of this document and any exhibits, schedules or attachments. Any modification of this Agreement or change order affecting this Agreement shall be in writing and signed by both parties. 18. Authorization. By signature below, each party warrants that they are authorized and empowered to execute this Agreement binding the City and the Consultant respectively. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. CITY OF PASCO, WASHINGTON Adam R. Lincoln — City Manager ATTEST: CONSULTANT Kenny Janssen, RG, LG — Principal Hydrogeologist APPROVED AS TO FORM: Debra C. Barham, City Clerk Kerr Ferguson Law, PLLC, City Attorney Professional Services Agreement — GSI Water Solutions, Inc. Agreement No. 23-013 Aquifer Storage & Recovery Feasibility Study Version 09.13.23 Page 9 of 9 EXHIBIT A Water Solutions, Inc. Scope of Services and Fee Estimate To: Dustin Wittman, Project Support Specialist / City of Pasco, WA Copy: Steve Worley, PE, Public Works Director/ City of Pasco, WA From: Kenny Janssen, LG / GSI Water Solutions, Inc. Walter Burt, LHG / GSI Water Solutions, Inc. Date: May 18, 2023 RE: Aquifer Storage and Recovery Feasibility Study, City Project#: 20253, Ecology#: WROCR-1921-Pasco-00015 .................................. _......... -................ ................................................................................................... ....... ........................................................... _........ ............. _ Dustin - This document presents a scope of work and associated fee estimate for GSI Water Solutions, Inc. (GSI) - and our teaming partners RH2 Engineering, Inc. (RH2), INTERA, Inc. (INTERA), and WSP (formerly Golder Associates, Inc.) - to continue providing professional hydrogeologic and engineering services to the City of Pasco (City) for conducting Phase II of the City's aquifer storage and recovery (ASR) feasibility study. GSI and its teaming partners have developed this proposed scope of work and fee estimate based on the Water Resources Columbia River Basin Water Management Agreement No. WROCR-2123-Pasco-00033 (Agreement) between the State of Washington Department of Ecology (Ecology) and the City. Scope of Services The City is evaluating the feasibility of developing an ASR program that would allow storing surplus water available from the City's existing supply sources in aquifers beneath the City for use during periods of peak - season demand. This next phase of the project will build upon work completed under the first phase of the Pasco ASR Feasibility Study. The overall goal of this phase of the project is to fill key data gaps identified during the initial Pasco ASR Feasibility Study prior to conducting any site -specific exploratory drilling and testing investigations to further assess feasibility and to guide a future ASR drilling and testing program. The proposed scope of services for Phase II of the ASR Feasibility Study is consistent with the Ecology -City Agreement and will consist of three tasks: ■ Task 2 - Basalt Well Reconnaissance Surveys ■ Task 3 - Water Quality Evaluation • Task 4 - Phase II Pasco ASR Feasibility Study Report Task 1 is reserved in the Agreement for City staff to administer the project and is not included in this scope of services or fee estimate. ................................................................................................................................................................................................................................................................... GSI Water Solutions, Inc. 650 NE Holladay Street, Suite 900, Portland, OR 97232 www.gsiws.com AQUIFER STORAGE AND RECOVERY FEASIBILITY STUDY, CITY PROJECT#: 20253, The following subsections describe the components and assumptions associated with each of the tasks listed above. The estimated cost for each task and the total estimated project cost are provided in Table 1. Task 2 - Basalt Well Reconnaissance Surveys Three deep basalt wells identified as part of the initial feasibility study were recognized as key wells that could potentially provide additional information to further assess ASR feasibility prior to designing and conducting any site -specific exploratory drilling or basalt test well installations. The objective of this task is to facilitate filling key hydrogeologic and water quality data gaps through a reconnaissance survey of the three basalt wells with the purpose of further assessing ASR feasibility prior to designing and conducting any costly site -specific exploratory drilling or basalt test well installations. Specific work activities that our team will complete as part of this task will include: ■ Review water rights information and parcel maps to help identify the actual locations, owners and status of the three wells. • Obtain and review drillers' logs for the two wells understood to be located somewhere near the Tri-Cities Airport that Durand & Son drilled in the early 1940's for the U.S. Government. We understand that the logs are not available in Ecology's well log database and that the Durand family donated all their well logs and notes to Whitman College. ■ Assist the City with contacting the owners for site access, as necessary. ■ Prepare for and conduct a site visit of the three basalt wells to evaluate their availability for video surveying, groundwater level monitoring, pump testing, geophysical logging, and water quality sampling. ■ Prepare a draft technical memorandum and lead a presentation for Ecology that will summarize findings and recommend next steps. ■ Prepare a final technical memorandum based on Ecology review/comment. Should results indicate that the wells are available for evaluation and testing, a scope of work and budget amendment for this task will be prepared and requested to conduct the following anticipated work activities: ■ Develop a work plan and Quality Assurance Project Plan (QAPP) for the recommended well evaluations, testing and sampling activities. Development of the plans will be completed in close coordination with and input from Ecology. ■ Prepare technical specifications for bidding/contracting a licensed water well contractor to assist with the investigative work. • Develop a project -specific health and safety plan for field activities. ■ Provide field oversight for the recommended investigative activities and conduct field work according to the approved work plan and QAPP. ■ Prepare a technical memorandum and lead a presentation for Ecology that will summarize work completed and results from the investigation, and that will provide a recommendation to proceed with Task 3 or to reevaluate next steps before moving forward. • Prepare a final technical memorandum based on Ecology review/comment. Deliverables and Milestone Activities The expected outcomes of this task include a confirmation on the location and status of the three key basalt wells, summary of any additional hydrogeologic information discovered, and determination on whether the wells could be accessed for video surveying, groundwater level monitoring, pump testing, geophysical logging, and/or water quality sampling. The primary deliverables and milestone activities for Task 2 are: ............................................................................................................................................................................................................................................................. GSI Water Solutions, Inc. AQUIFER STORAGE AND RECOVERY FEASIBILITY STUDY, CITY PROJECT#: 20253, .................................................................................................................................................................................................................................................................... ■ Technical memorandum and presentation to Ecology. ■ Meeting notes from presentation. Additional task deliverables will be identified through the budget amendment scoping process should any of the wells be available for evaluation and/or testing. Task Lead and Team Member Roles Terry Tolan/INTERA and Kenny Janssen/GSI will co -lead Task 2. INTERA will be responsible for obtaining and reviewing drillers' logs from Whitman College and assisting with drafting the technical memorandum. GSI will be responsible for reviewing water rights information and parcel maps, delivering the technical memorandum and presentation, and developing recommended next steps. Kenny and Terry will prepare for and conduct a site visit of the airport wells and the Welch's well to evaluate their availability for video surveying, groundwater level monitoring, pump testing, geophysical logging, and water quality sampling. Other key personnel and their work activities include: ■ Kenny Janssen/GSI (task management and team coordination) ■ Walt Burt/GSI (review and quality assurance/quality control) Fee Estimate and Assumptions The estimated fee for this task is $55,103, and is based on the following assumptions: ■ Aside from any site visits, this task will be completed as a desktop study using readily available data and/or published reports; no field data collection or subsurface explorations will be completed at this time unless agreed upon otherwise. ■ The City will lead or assist with contacting potential landowner(s) and obtaining authorizations to access the sites for completing the well reconnaissance surveys. ■ The deliverable for this task will be a brief technical memorandum and presentation summarizing findings, options, and recommended next steps. We have assumed two weeks for the City to review and comment on the draft technical memorandum. ■ GSI will submit a digital (Adobe Acrobat .pdf) version of the technical memorandum. ■ One, one -hour virtual conference call to discuss findings of the technical memorandum. ■ One, one -hour virtual presentation. • A budget amendment will be required to conduct additional work activities should any of the wells be available for further examination or testing. ■ Should the wells not be available for further evaluation and/or testing, the work proposed under subsequent Tasks 3 and 4 will be reassessed and a subsequent amendment to the Ecology -City Agreement may be needed depending on agreed -upon next steps. Task 3 - Water Quality Evaluation The objective of this task is to conduct a water quality evaluation to assess whether the State's groundwater quality standards can be met, with the purpose of identifying water treatment and infrastructure alternatives potentially available to reduce environmental risks of a future Pasco ASR program. If findings from Task 2 are favorable and Ecology authorizes the work to continue, the specific work activities to be completed as part of this task will include: ■ Plan for and lead one water quality evaluation planning meeting with Ecology staff. • Develop a work plan and QAPP for water quality sampling and analyses. ■ Coordinate with and incorporate input from Ecology on preparation of the work plan and QAPP. .................................................................................................................................................................................................................................................................. GSI Water Solutions, Inc. • 3 AQUIFER STORAGE AND RECOVERY FEASIBILITY STUDY, CITY PROJECT#: 20253, ................................................................................................................................................................................................................................................... ■ Develop a project -specific health and safety plan for field activities. ■ Plan for and coordinate all water quality sampling events with the City and analytical laboratory. ■ Monitor field parameters and collect water quality samples according to Ecology -approved work plan and QAPP. • Tabulate and summarize water quality laboratory test results and compare against drinking water and groundwater quality standards (Chapters 246-290-310 and 173-200-040 WAC). ■ Compare source water quality results against native groundwater quality data from the deep basalt wells, and mineralogical and whole -rock composition data of the aquifer solids from the City of Kennewick ASR- 1 feasibility study • Complete a preliminary geochemical compatibility assessment to evaluate the effect of potential geochemical reactions resulting from ASR activities on well performance and on the quality of the native groundwater and source water recovered from storage. ■ Conduct a preliminary AKART1 analysis and prepare a draft overriding consideration of the public interest (OCPI) determination request to evaluate the best approach to reduce or eliminate constituents that might violate the anti -degradation policy and to evaluate other strategies or approaches for meeting water quality criteria and the State's anti -degradation policy. The AKART analysis and OCPI determination will be conducted according to Ecology's Guidance for Aquifer Storage and Recovery AKART Analysis and Overriding Consideration of the Public Interest Demonstration (Publication No. 17-10-035). Deliverables and Milestone Activities The primary deliverables and milestone activities for Task 3 are: ■ Work Plan and QAPP. ■ Technical memoranda summarizing findings from the water quality evaluation, preliminary AKART analysis, and OCPI determination request. ■ Presentation to Ecology. ■ Meeting notes from presentation. Task Lead and Team Member Ro es Cheryl Ross/WSP and Paul Cross/RH2 will co -lead Task 3. WSP will complete the geochemical compatibility assessment and associated technical memorandum. RH2 will conduct the preliminary AKART analysis, OCPI determination request, and prepare a draft technical memorandum summarizing the results. Other key personnel and their work activities include: • Derek Holom/WSP (work plan, QAPP, coordinate water quality sampling events, water quality characterization) ■ Ryan Withers/RH2 (AKART analysis, treatment options, and costing) ■ Kenny Janssen/GSI (task management, team coordination, review of work plans and draft technical memorandums) • Walt Burt/GSI (review and quality assurance/quality control) Fee Estimate and Assumptions The estimated fee for this task is $220,059, and is based on the following assumptions: • Up to two document revisions will be needed for Ecology authorization of the final work plan and QAPP. ■ City staff will provide as -needed support during the water quality sampling events. 1 All known, available, and reasonable methods of prevention, control, and treatment ..................................................................................................................................................................................................................................................................... GSI Water Solutions, Inc. • 4 AQUIFER STORAGE AND RECOVERY FEASIBILITY STUDY, CITY PROJECT#: 20253, ................................................................................................................................................................................................................................................. ■ The AKART analysis and OCPI determination will be conducted according to Ecology's Guidance for Aquifer Storage and Recovery AKART Analysis and Overriding Consideration of the Public Interest Demonstration (Publication No. 17-10-035). ■ The treatment evaluation will be based on treatment methods/technologies that will be identified as practical and cost effective for the City's ASR project. ■ The treatment evaluation will focus on wellhead treatment system(s) options rather than changes to the City's water treatment plant operations. • The deliverables for this task will be a work plan, QAPP, brief technical memorandums and presentation summarizing findings and recommended next steps. We have assumed four weeks for the City to review and comment on the work plans and draft technical memorandums. • GSI will submit digital (Adobe Acrobat .pdf) versions of the work plan, QAPP, and technical memorandums. • Meetings will be virtual and conducted remotely. ■ One, two-hour virtual conference call to discuss findings from this task. ■ One, one -hour virtual presentation. Task 4 - Phase II Pasco ASR Feasibility Study Report Pending Ecology approval and authorization to move forward based on findings and recommendations from the preceding tasks, the purpose of this task will be to prepare a Phase II ASR Feasibility Study Report that will update the Initial ASR Feasibility Study Report based on results of Tasks 2 and 3. If there are feasible/viable options that the City in consultation with Ecology/OCR wants to pursue, then the Phase II report will include a project implementation plan. The project implementation plan will describe additional investigations and analysis needed to move development of a Pasco ASR program forward. The Phase II ASR report also will include a planning -level implementation path and associated cost estimate for the City to follow in developing one or more future ASR options. The Phase II ASR report will summarize findings from Tasks 2 and 3, and will include: ■ Updated findings from the Initial ASR Feasibility Study Report describing hydrogeologic, water quality and/or source water supply factors to consider in ASR. The planning -level implementation path described in the Phase II ASR Feasibility Study Report will summarize, for the highest ranked ASR site development option: ■ Additional data and/or analysis needs and recommendations. • Permitting pathway. ■ Project development plan and planning -level cost estimate. ■ A general project schedule, focusing on biennial time steps. • Planning level cost estimate(s) for preferred option. ■ An Ecology/OCR grant funding request if the City decides to proceed. Deliverables and Milestone Activities The primary deliverables and milestone activities for Task 4 are: ■ Draft report and planning -level implementation plan. ■ Presentation to Ecology. ■ Meeting notes from presentation. • Final report and planning -level implementation plan. ............................................................................................................................................................................................................................................................ GSI Water Solutions, Inc. • 5 AQUIFER STORAGE AND RECOVERY FEASIBILITY STUDY, CITY PROJECT#: 20253, .................................................................................................................................................................................................................................................................... Fee Estimate and Assumptions The estimated fee for this task is $73,805, and is based on the following assumptions: ■ Meetings will be virtual and conducted remotely. ■ One, two-hour virtual conference call to discuss findings from this task. ■ One, one -hour virtual presentation. ■ Only a single document review cycle will be necessary for the report and one for the implementation plan. GSI will incorporate City and Ecology review comments, and GSI will finalize, publish, and distribute final versions to the City and Ecology. ■ GSI will submit digital (Adobe Acrobat .pdf) versions of the report and implementation plan. Fee Estimate GSI will complete this scope of work on a time and materials basis for the estimated amount of $348,967.00. The fee estimate associated with this scope of work is presented in Table 1 and includes consulting team labor and expenses and a 10 percent markup on outside services. This fee estimate will not be exceeded without prior authorization from the City. Table 1- Fee Estimate 1 Project Administration * * * * RESERVED FOR CITY * * * * 2 Basalt Well Reconnaissance Surveys 119 $19,946 $34,485 $672 $55,103 3 Water Quality Evaluation 304 $50,820 $166,929 $2,310 $220,059 4 Phase II Pasco ASR Feasibility Study 127 $23,108 $50,384 $313 $73,805 Report Schedule We are prepared to begin working on this project immediately upon receipt of written authorization to proceed. Closing Thank you for this opportunity to continue supporting the City with evaluating potential ASR development options. We are looking forward to getting started on this next phase of the project and working with the City and Ecology along the way. Sincerely, GSI Water Solutions, Inc. i, e44KI 7&tl Kenny Janssen, LG Principal Hydrogeologist :7 -1-7- Walter Burt, LHG Principal Hydrogeologist ..................................................................................................................................................................................................... GSI Water Solutions, Inc. • 6