HomeMy WebLinkAbout21-92 Agreement McGrane Water Engineering Alluvial Well No. 2 Phase 1 Exploration 08-11-2021RESOLUTION N0.21-92
A RESOLUTION OF THE BOARD OF TRUSTEES OF THE TOWN OF
FIRESTONE, COLORADO, APPROVING AN AGREEMENT BETWEEN THE
TOWN OF FIRESTONE AND McGRANE WATER ENGINEERING, LLC.
REGARDING THE ALLUVIAL WELL NO.2 PHASE 1 EXPLORATION
PROJECT
WHEREAS, the Town of Firestone ("Town") is nearing completion of the design and
construction of the various elements of the Firestone Alluvial Supply Treatment (FAST) site that
will be used to deliver raw water to the St. Vrain Water Treatment Plant; and
WHEREAS, the Town's 2020-2050 Water Action Plan identifies the need for multiple
alluvial well fields to meet the needs of the St. Vrain Water Treatment Plant; and
WHEREAS, staff has identified potential alluvial well field locations and desires to
proceed with the initial exploration phases on St. Vrain Sanitation District property east of FAST
and adjacent to the St. Vrain River; and
WHEREAS, McGrane Water Engineering, LLC, is uniquely qualified to perform such
services as it has served as the Town's hydrogeological consultant for all the Town's previous
water exploration, evaluation, and well design services.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE
TOWN OF FIRESTONE, COLORADO:
The Agreement between the Town of Firestone and McGrane Water Engineering, LLC, ,
for the Alluvial Well No. 2 Phase 1 Exploration Project, is approved in substantially the same
form as the copy attached hereto and made a part of this resolution and the Mayor is authorized
to execute the Agreement on behalf of the Town.
INTRODUCED, READ AND ADOPTED thistllbay of , 2021.
ATTEST:
Koenig,
ISTQNtc
Clerk
TO
NE,
AP
William
AGREEMENT FOR PROFESSIONAL SERVICES
THIS AGREEMENT FOR PROFESSIONAL SERVICES (the "Agreement") is made and
entered into this LVT_ day of 2021 (the "Effective Date"), by and between the
TOWN OF FIRESTONE, a Colorado Mnicipal corporation with an address of 151 Grant Avenue,
P.O. Box 100, Firestone, Colorado 80520 (the "Town"), and McGrane Water Engineering, LLC., a
Colorado limited liability company and an independent contractor with a principal place of business
at 1669 Apple Valley Road, Lyons CO 80540 ("Contractor") (each a "Party" and collectively the
"Parties").
WHEREAS, the Town requires professional services; and
WHEREAS, Contractor has held itself out to the Town as having the requisite expertise and
experience to perform the required professional services.
NOW, THEREFORE, for the consideration hereinafter set forth, the receipt and sufficiency
of which are hereby acknowledged, the Parties agree as follows:
I. SCOPE OF SERVICES
A. Contractor shall furnish all labor and materials required for the complete and prompt
execution and performance of all duties, obligations, and responsibilities which are described or
reasonably implied from the Scope of Services set forth in Exhibit A, attached hereto and
incorporated herein by this reference and known as: Alluvial Well No 2 Phase 1 Exploration
Project (W2021=9541.01)
B. A change in the Scope of Services shall not be effective unless authorized as an
amendment to this Agreement. If Contractor proceeds without such written authorization, Contractor
shall be deemed to have waived any claim for additional compensation, including a claim based on
the theory of unjust enrichment, quantum merit or implied contract. Except as expressly provided
herein, no agent, employee, or representative of the Town is authorized to modify any term of this
Agreement, either directly or implied by a course of action.
II. TERM AND TERMINATION
A. This Agreement shall commence on the Effective Date, and shall continue until
Contractor completes the Scope of Services to the satisfaction of the Town, or until terminated as
provided herein.
Be
Either Party may terminate this Agreement upon 30 days advance written notice.
The Town shall pay Contractor for all work previously authorized and completed prior to the date of
termination. If, however, Contractor has substantially or materially breached this Agreement, the
Town shall have any remedy or right of set-off available at law and equity.
III. COMPENSATION
In consideration for the completion of the Scope of Services by Contractor, the Town shall
pay Contractor 58 000.00. This amount shall include all fees, costs and expenses incurred by
Contractor, and no additional amounts shall be paid by the Town for such fees, costs and expenses.
Contractor may submit periodic invoices, which shall be paid by the Town within 30 days of receipt.
IV. PROFESSIONAL RESPONSIBILITY
A. Contractor hereby warrants that it is qualified to assume the responsibilities and
render the services described herein and has all requisite corporate authority and professional
licenses in good standing, required by law. The work performed by Contractor shall be in accordance
with generally accepted professional practices and the level of competency presently maintained by
other practicing professional firms in the same or similar type of work in the applicable community.
The work and services to be performed by Contractor hereunder shall be done in compliance with
applicable laws, ordinances, rules and regulations.
B. The Town's review, approval or acceptance of, or payment for any services shall
not be construed to operate as a waiver of any rights under this Agreement or of any cause of action
isi
arng out of the performance of this Agreement.
C. Because the Town has hired Contractor for its professional expertise, Contractor
agrees not to employ subcontractors to perform any work except as expressly set forth in the Scope
of Services.
Any materials, items, and work specified in the Scope of Services, and any and all related
documentation and materials provided or developed by Contractor shall be exclusively owned by the
Town. Contractor expressly acknowledges and agrees that all work performed under the Scope of
Services constitutes a "work made for hire." To the extent, if at all, that it does not constitute a "work
made for hire," Contractor hereby transfers, sells, and assigns to the Town all of its right, title, and
interest in such work. The Town may, with respect to all or any portion of such work, use, publish,
display, reproduce, distribute, destroy, alter, retouch, modify, adapt, translate, or change such work
without providing notice to or receiving consent from Contractor.
If the Town reuses or makes any modification to Consultant's designs, documents or work
product without the prior written authorization of Consultant, the Town agrees, to the fullest extent
permitted by law, to release the Consultant, its officers, directors, employees and sub -consultants
from all claims and causes of action arising from such uses, and shall indemnify and hold them
harmless from all costs and expenses, including the cost of defense, related to claims and causes
of action to the extent such costs and expenses arise from the Town's modification or reuse of the
documents.
The Town expressly acknowledges and agrees that the documents and data to be provided
by Consultant under the Agreement may contain certain design details, features and concepts from
the Consultant's own practice detail library, which collectively may form portions of the design for the
Project, but which separately, are, and shall remain, the sole and exclusive property of Consultant.
Nothing herein shall be construed as a limitation on the Consultant's right to re -use such component
design details, features and concepts on other projects, in other contexts or for other clients.
VI. INDEPENDENT CONTRACTOR
Contractor is an independent contractor. Notwithstanding any other provision of this
Agreement, all personnel assigned by Contractor to perform work under the terms of this Agreement
shall be, and remain at all times, employees or agents of Contractor for all purposes. Contractor
shall make no representation that it is a Town employee for any purposes.
VII. INSURANCE
A. Contractor agrees to procure and maintain, at its own cost, a policy or policies of
insurance sufficient to insure against all liability, claims, demands, and other obligations assumed by
Contractor pursuant to this Agreement. At a minimum, Contractor shall procure and maintain, and
shall cause any subcontractor to procure and maintain, the insurance coverages listed below, with
forms and insurers acceptable to the Town.
1. Worker's Compensation insurance as required by law.
2. Commercial General Liability insurance with minimum combined single limits of
$1,000,000 each occurrence and $2,000,000 general aggregate. The policy shall be
applicable to all premises and operations, and shall include coverage for bodily injury, broad
form property damage, personal injury (including coverage for contractual and employee
acts), blanket contractual, products, and completed operations. The policy shall contain a
severability of interests provision, and shall include the Town and the Town's officers,
employees, and contractors as additional insureds. No additional insured endorsement shall
contain any exclusion for bodily injury or property damage arising from completed
operations.
3. Professional liability insurance with minimum limits of $1,000,000 each claim and
$2,000,000 general aggregate.
B. Such insurance shall be in addition to any other insurance requirements imposed
by law. The coverages afforded under the policies shall not be canceled, terminated or materially
changed without at least 30 days prior written notice to the Town. In the case of any claims -made
policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain
such continuous coverage. Any insurance carried by the Town, its officers, its employees or its
contractors shall be excess and not contributory insurance to that provided by Contractor. Contractor
shall be solely responsible for any deductible losses under any policy.
C. Contractor shall provide to the Town a certificate of insurance as evidence that the
required policies are in full force and effect. The certificate shall identify this Agreement.
VIII. INDEMNIFICATION
A. Contractor agrees to indemnify and hold harmless the Town and its officers, insurers,
volunteers, representative, agents, employees, heirs and assigns from and against all claims, liability,
damages, losses, expenses and demands, including attorney fees, on account of injury, loss, or
damage, including without limitation claims arising from bodily injury, personal injury, sickness,
disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out
of or are in any manner connected with this Agreement if such injury, loss, or damage is caused in
whole or in part by, the act, omission, error, professional error, mistake, negligence, or other fault of
Contractor, any subcontractor of Contractor, or any officer, employee, representative, or agent of
Contractor, or which arise out of a worker's compensation claim of any employee of Contractor or of
any employee of any subcontractor of Contractor. Contractor's liability under this indemnification
provision shall be to the fullest extent of, but shall not exceed, that amount represented by the degree
or percentage of negligence or fault attributable to Contractor, any subcontractor of Contractor, or any
officer, employee, representative, or agent of Contractor or of any subcontractor of Contractor.
B. If Contractor is providing architectural, engineering, surveying or other design services
under this Agreement, the extent of Contractor's obligation to indemnify and hold harmless the Town
may be determined only after Contractor's liability or fault has been determined by adjudication,
alternative dispute resolution or otherwise resolved by mutual agreement between the Parties, as
provided by C.R.S. § 13-50.5-102(8)(c).
IX. ILLEGAL ALIENS
A. Certification. By entering into this Agreement, Contractor hereby certifies that, at
the time of this certification, it does not knowingly employ or contract with an illegal alien who will
perform work under this Agreement and that Contractor will participate in either the E-Verify Program
administered by the United States Department of Homeland Security and Social Security
Administration or the Department Program administered by the Colorado Department of Labor and
Employment to confirm the employment eligibility of all employees who are newly hired to perform
work under this Agreement.
B. Prohibited Acts. Contractor shall not knowingly employ or contract with an illegal
alien to perform work under this Agreement, or enter into a contract with a subcontractor that fails to
certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien
to perform work under this Agreement.
C. Verification.
1. If Contractor has employees, Contractor has confirmed the employment eligibility of
all employees who are newly hired to perform work under this Agreement through
participation in either the E-Verify Program or the Department Program,
2. Contractor shall not use the E-Verify Program or Department Program procedures
to undertake pre -employment screening of job applicants while this Agreement is being
performed.
3. If Contractor obtains actual knowledge that a subcontractor performing work under
this Agreement knowingly employs or contracts with an illegal alien who is performing work
under this Agreement, Contractor shall: notify the subcontractor and the Town within 3 days
that Contractor has actual knowledge that the subcontractor is employing or contracting with
an illegal alien who is performing work under this Agreement; and terminate the subcontract
with the subcontractor if within 3 days of receiving the notice required pursuant to subsection
1 hereof, the subcontractor does not stop employing or contracting with the illegal alien who
is performing work under this Agreement; except that Contractor shall not terminate the
subcontract if during such 3 days the subcontractor provides information to establish that
the subcontractor has not knowingly employed or contracted with an illegal alien who is
performing work under this Agreement.
D. Duty to Comply with Investigations, Contractor shall comply with any reasonable
request by the Colorado Department of Labor and Employment made in the course of an investigation
conducted pursuant to C.R.S. § 8-17.5-102(5)(a) to ensure that Contractor is complying with the terms
of this Agreement.
E. Affidavits. If Contractor does not have employees, Contractor shall sign the "No
Employee Affidavit" attached hereto. If Contractor wishes to verify the lawful presence of newly hired
employees who perform work under the Agreement via the Department Program, Contractor shall
sign the "Department Program Affidavit" attached hereto.
X. MISCELLANEOUS
A. Governinq Law and Venue. This Agreement shall be governed by the laws of the
State of Colorado, and any legal action concerning the provisions hereof shall be brought in Weld
County, Colorado,
B. No Waiver. Delays in enforcement or the waiver of any one or more defaults or
breaches of this Agreement by the Town shall not constitute a waiver of any of the other terms or
obligation of this Agreement.
C. Integration. This Agreement constitutes the entire agreement between the Parties,
superseding all prior oral or written communications.
D. Third Parties. There are no intended third -party beneficiaries to this Agreement.
E. Notice. Any notice under this Agreement shall be in writing, and shall be deemed
sufficient when directly presented or sent pre -paid, first class United States Mail to the Party at the
address set forth on the first page of this Agreement.
F. Severability. If any provision of this Agreement is found by a court of competent
jurisdiction to be unlawful or unenforceable for any reason, the remaining provisions hereof shall
remain in full force and effect.
G. Modification. This Agreement may only be modified upon written agreement of the
Parties.
H. Assignment. Neither this Agreement nor any of the rights or obligations of the
Parties shall be assigned by either Party without the written consent of the other.
I. Governmental Immunity. The Town and its officers, attorneys and employees, are
relying on, and do not waive or intend to waive by any provision of this Agreement, the monetary
limitations or any other rights, immunities or protections provided by the Colorado Governmental
Immunity Act, C.R.S. § 24-10.101, et seq., as amended, or otherwise available to the Town and its
officers, attorneys or employees.
J. Rights and Remedies. The rights and remedies of the Town under this Agreement
are in addition to any other rights and remedies provided by law. The expiration of this Agreement
shall in no way limit the Town's legal or equitable remedies, or the period in which such remedies
may be asserted, for work negligently or defectively performed.
K. Subject to Annual Appropriation. Consistent with Article X, § 20 of the Colorado
Constitution, any financial obligation of the Town not performed during the current fiscal year is
subject to annual appropriation, shall extend only to monies currently appropriated, and shall not
constitute a mandatory charge, requirement, debt or liability beyond the current fiscal year.
L, Representative Authority. Each person signing this Agreement represents and warrants
that he or she is duly authorized and has the legal capacity to execute the Agreement,
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the Effective Date.
g� Off/
{ %
ao
�', fi <
ATTEST: �o'° God Cj
nig, Town
APPROVEp AS T
1►�►IlIIf_lii
(EST:
Tov�frit�torney
TOWN OF FIRESTONE, COLORADO
McGRANE WATER ENGINEERING, LLC.
C69401 P9ned by Ah McGrane,
Dennis MUL
ONc 210 nh Wane, PI, C P.G. a,
McGrane, P.E., w=M<Cia Wile 1n9ry ,llC,
final=hrtL.jn't9rattwalN tOm,
CzM
C. P.G. 04W
gy: Uala N}I U! OS 0641X1 06U0"
Print:
Title:
Dennis McGrane
Preside
DEPARTMENT PROGRAM AFFIDAVIT
To be completed only if Contractor participates in Lite Department of Labor Lawful Presence Verification Program
I, , as a public contractor under contract with the Town of
Firestone (the "Town"), hereby affirm that:
1. I have examined or will examine the legal work status of all employees who are
newly hired for employment to perform work under this public contract for services ("Agreement")
with the Town within 20 days after such hiring date;
2. I have retained or will retain file copies of all documents required by 8 U.S.C. §
1324a, which verify the employment eligibility and identity of newly hired employees who perform
work under this Agreement; and
3. I have not and will not alter or falsify the identification documents for my newly hired
employees who perform work under this Agreement.
Signature Date
STATE OF COLORADO )
ss.
COUNTY OF )
The foregoing instrument was subscribed, sworn to (or affirmed) before me this _day of
2020, by as of
My commission expires:
(SEAL)
Notary Public
1� l 1 I-FBII WIM11
SCOPE OF SERVICES
McGrane Water Engineering, LLC
1669 Apple Valley Rd. ,Lyons, CO 80540 •Office: (303)823-5933, Cell: (303) 917-1247
E-Mail: dennis�mcaranewater.coni. Website: www.mcgranewaterenaineering.com
July 315 2021
Mr. David Lindsay, President
Colorado Civil Group
5110 Granite St. Suite 200
Loveland, CO 80538
Via email at: dlindsavnccginc.com
RE: Town of Firestone Sanitation District Site —Exploration and Testing, plus FAST site permit upgrades
and abandonments
Mr. Lindsay:
McGrane Water Engineering, LLC (MWE) and Miller Groundwater Engineering, LLC, are pleased to
provide the Town of Firestone (Firestone) this proposal to conduct exploration test drilling at the Firestone
Sanitation District Site (SD site). The main objective is to evaluate the feasibility of developing additional
municipal groundwater supplies that will be piped to the new Water Treatment Plant (WTP) at the Town's
Firestone Alluvial Supply and Treatment (FAST) site, located east of Colorado Blvd near the St. Vrain
River (SVR).
We envision the work being conducted under three phases which are briefly described below. We
provided a detailed cost proposal for your consideration on July 5, 2021. Due to budget and schedule
considerations, you requested that we limit this revised proposal to only Phase I exploration work plus
some additional well permitting and abandonment work on existing FAST site wells.
I. Objectives
The main objective of the Phase I exploration program at the SD site is to evaluate the local water
quality and physical capacity of the alluvial aquifer to provide municipal water. The site would expand
production from the recently completed FAST wellfield which consists of three vertical wells (V-wells)
and one 200-ft long horizontal well (H-well). We envision the project will occur in two exploration
phases, followed by modeling and construction phases.
Perspective on Site Prospects and Costs
Well yield is a function of the aquifer's saturated thickness and permeability, both of which can vary
over short distances. Test drilling is necessary to evaluate that spatial variability across the large site.
The challenge of planning and conducting a site characterization program is to optimize spatial
knowledge and understanding of the aquifer while minimizing exploration and testing costs. This is
why engineering costs are typically greater than drilling costs for this type of project.
Dave Lindsay, July 31, 2021
Page 2 of 7
VIE and MGE both have specific expertise and experience with detailed evaluation of the hydraulic
connection between a shallow river like the SRV and pumping wells installed next to the river. We know
that an overly simplistic analysis of the river's influence can over -estimate the connection and well yield.
Despite this caveat, given this site's location immediately along the river, we expect the sustainable
baseflow rate for a wellfield at this location (i.e., without managed recharge) could be notably higher than
at the FAST site. If Phase I concludes that the water quality is usable and that the aquifer's
hydrogeologic condition is near our expectations, then the subsequent Phase II and Phase III evaluations
provide a substantial contribution to the Town's future water supply.
Phase I -Test Drilling to Evaluate Water Quality
In 2018, the water quality of the adjacent Varra site was sampled and detennined to have high
manganese (Mn) levels. If any water quality parameter is above preferred levels, we will evaluate
whether sufficient mixing (i.e dilution) can be expected or created by locating the well(s) closer to the
river which will -induce a higher percentage of seepage from the river. Under Phase I, we will first
install five monitoring wells around the site that can be purged and sampled by the Town's water quality
consultant (LRE Water). We have budgeted for some dilution modeling in Phase I in case poor water
quality is identified. If the Phase I water quality results look promising, then we will ask the drilling
contractor to mobilize a second time to install two 44nch test wells and three additional monitoring
wells under Phase H. The figure below shows the site location and locations for drilling in Phase I
(yellow) and Phase II (blue), plus the previously drilled test holes and test wells located on the Varra
property (white).
Phase II -Test Drilling to Evaluate Aquifer Properties
In Phase II, we would pump -test the two 4-inch wells to obtain the physical aquifer properties
(permeability, thickness, and storage properties), and LRE can be asked to conduct additional water
McGrane Water Engineering, LLC
1669 Apple Valley Rd., Lyons, CO 80301. Website: www.mcaranewaterengineerin^.com
Dave Lindsay, July 31, 2021
Page 3 of 7
quality sampling. We will install the test wells at the northwest and northeast ends of the site within 100
feet of the St Vrain River (SRV). We will install additional monitoring wells between the wells and the
river, plus one to two monitoring wells on the other side of the river, if the Town can obtain landowner
permission. A fifth monitoring well (1?112-MW8) will be placed near the pond on the northeast side of
the parcel which will be used to evaluate leakage from the pond and from the unlined gravel pit lake
located east of the site.
We will use the existing pump installed at the FAST site for test pumping. We will conduct short (4 to 6
hr) step tests on each well to evaluate well efficiency and determine an appropriate long-term test rate.
We will then conduct a 484u• constant -rate pumping test on one well and an eight to twelve hour test on
the other well (which is to be determined). We will coordinate with LRE to sample the test wells at
various times during the constant rate tests to evaluate potential changes in water quality over time. The
Town will need to task LRE to conduct a timely geochemical analysis to evaluate water treatment
suitability.
Phase III — Wellfield Design
In Phase III, we will evaluate various well types (V-wells, H-wells and large diameter vertical collection
wells) and wellfield configurations using computer modeling techniques. We will model various
baseflow and peak production scenarios similar to what did for the FAST site. We will also evaluate
groundwater/surface-water mixing scenarios. Based on the location and configuration of the proposed
wellfield options, we will provide draft water -rights modeling runs that include the timing and location of
stream depletions. We will then evaluate the cost -benefits of various designs and summarize the results
A all three phases in a letter report. The report can be used for water supply and water rights planning
and construction.
Requests to Town
We request that the Town:
• Provide site access (mow drill sites) and survey test well locations and certain surface water
points (e.g., along the SVR, nearby drains, and gravel pit lakes);
• Arrange for LRE to provide water quality sampling and analysis;
• Request permission to install temporary monitoring wells on the north side of the river;
• Provide security locks for all test holes and monitoring wells; and
• If the Town decides to proceed with Phase III design, we request they conduct a LIDAR survey
of the site to increase the accuracy of our predictions.
II. Scope of Work
As requested, this proposal is only for Phase I work, plus necessary permitting and well abandonment
tasks at the FAST site.
McGrane Water Engineering, LLC
1669 Apple Valiey Rd., Lyons, CO 80301. Website: www.mcgranewatereneineerin .com
3
Dave Lindsay, July 31, 2021
Phase I
We will conduct five tasks under Phase I.
Task 1.1—Pla11 DrnE Plan and Contractor Bid Documents
Subtasks include:
Page 4 of 7
1. Conduct site visits: i) with CCG to stake holes; ii) to identify wells within 600 ft; and iii) to
conduct prebid meeting;
2. Prepare this test drilling plan;
3. Contracting;
4. Obtain test hole drilling permit from the Colorado Division of Water Resources,
5. Prepare contractor plans and specifications including bid sheet; and
6. Receive and evaluate bids, and recommend a drilling contractor;
Deliverables: 1) Drilling plan, bid package, bid comparison and recommendation; and 2) map of existing
wells within 600 feet. Assumptions: 1) the Town will provide access to the drill sites; 2) the drilling
contractor will obtain locates for drilling; 3) the chilling Contractor will contract directly with the Town; and 4) task
time is approximately 1 to 2 weeks.
Task 1.2 — Phase I Exploration Test Drilling
Subtasks include:
1. Facilitate contract negotiations between the driller and Town;
2. Construction observation of five monitoring wells (with split spoon sampling); and
3. Sample collection and geologic logging.
Deliverables: 1) borehole samples for laboratory sieve analysis; 2) five monitoring wells; and 3) geologic
logs. Assumptions: 1) the work will be performed by a single drilling contractor; 2) samples will be
collected and stored for 1 year, but not tested until Phase H; 3) we budgeted for 5 field days of drilling;
and 4) task time is approximately 6-8 weeks.
Task 1.3 —Modeling Dilution Options and Summary Memo
Subtasks include:
1. If necessary, develop a basic MODFLOW groundwater flow and transport model to evaluate
various wellfield dilution estimates (i.e., percent groundwater verses induced surface water in the
pumped water). This model maybe an initial version of what will be refined during Phase II and
III, if conducted;
2. Meeting with CCG to discuss preliminary results and recommendations to decide whether to
McGrane Water Engineering, LLC
1669 Apple Valley Rd., Lyons, CO 80301. Website: www.mceranewaterengineerin�.com
Cl
Dave Lindsay, July 31, 2021
proceed with Phase II; and
3. Preparing a brief Phase I summary memorandum for the Town.
Page 5 of 7
Deliverables: 1) phase I drilling summary memorandum (including model dilution results, if requested).
Assumptions: 1) two days' time has been budgeted to prepare a simple mixing model to evaluate site
dilution caused by future well pumping; and 2) task time is approximately 1-2 weeks
Task 1.4 —FAST Site Well Abandonments
Table 1 below shows ten permitted test holes two domestic wells that must be abandoned as soon as
possible according to State rules.
Table 1-Recommended Abandonment
Ph. I Test We [is
Mtn.Shadows
Varra
FAST
FT- 1(4-in)
MS-MW1/PA-10WMW
V-TW-1(4-in)
G-MW-1
FT-2 (4-in)
MS-MW2/TH3
V-MW1
G-TW-I
Sable Glen (4-in)
Dom. Well #154183
Vogle (4-in)
Dom. Well #33568
The Phase I test wells include the 4-in wells installed in 2018 at the various parks. At Mountain
Shadows Park, we want to keep the 4-in test well near the 18-in park production well, but abandon the
two flush -completed monitoring wells. At Varra, we will abandon both the monitoring well and test well
next to the river. At FAST we will abandon the two domestic wells. One of them was buried in the
rubble of the south home. We would also abandon TW4 and MW4 located in the northwest portion of
the site.
By abandoning TW-1 located north of the new Horizontal well (H-well), the Town will not be able to
sample the water quality at that location, m the future, the Town can either sample at the H-well clean -
out, or purge and sample MW4 which his located approximately 75 feet northeast of the south end of the
H-well.
Deliverables: 1) well abandonment forms sent to the State of Colorado. Assumptions: 1) we estimate the
task cost would cost approximately $15,000 to have a chilling or pump contactor conduct the work; and
2) task time is approximately 1-2 weeks.
Task 1.4 —FAST Site Permit Upgrades
Table 2 below shows the wells we recommend upgrading from "test hole" permits to "monitoring well"
permits which will allow the Town to indefinitely measure water levels and sample the selected wells. If
we do not do this, the existing wells drilled under "test hole" permits must be abandoned immediately.
McGrane Water Engineering, LLC
1669 Apple Valley Rd., Lyons, CO 80301. Website: www.mcQranewatereneineerin�.com
C
Dave Lindsay, July 31, 2021
Page 6 of 7
To do so will require that we conduct some minor improvements such as expanding the concrete pads
around the wells. Pelican Lakes monitoring well PL-MW 1 (next to the lake) will require that the annulus
of the wellhead be filled with cement. In addition, a surface casing with locking cap will need to be
placed over MS-TW2 at Mountain Shadows Park,
Table 2- Upgrade Permits to MW's
Well
Upgrade Work
Cost$
G-MW-2
Expand pad to 4'x4'
$250
G-MW-3
Expand pad to 4'x4'
$250
G-MW4
Expand pad to 4'x4'
$250
G-MW-6
Expand pad to 4'x4'
$250
G-MW-7
Expand pad to 4'x4'
$250
G-MW-8
Expand pad to 4'x4'
$250
G-MW-9
Expand pad to 4'x4'
$250
Pelican Lakes PL-MW1(W)
cement inner annulus
$250
Pelican Lakes PL-MW2 (E)
Expand pad to 4'x4'
$250
Mountain Shadows-TW2 (already permited)
Wellhead completion
$1,000
Mountain Shadows MS-TWI (4-in)
Expand pad
$250
Total $ _ $3000 - $5000
Deliverables: 1) existing test hole permits will be upgraded to "monitoring well" permits. Assumptions:
1) we estimate the task cost would cost approximately $3,000 to $5,000 to have a drilling or pump
contactor conduct the work as shown in the Table 2; 2) there is some risk that the State will not allow one
or more wells to be upgraded so they will need to be abandoned which could double the cost for each
well; 3) this task can be done concurrent with other tasks so it will not contribute to the total project
length.
III. COST
We estimate the cost to complete Phase I is $53,000 for engineering and $47,000 for contractor work. Due
to uncertainty in our cost estimate, we have added a ten percent contingency totaling $10,000. Therefore,
we recommend that the Town budget $58,000 for engineering and $52,000 for contractors ($110,000
total) to conduct the engineering work. Table 3 summarizes project engineering and contractor costs.
McGrane Water Engineering, LLC
1669 Apple Valley Rd., Lyons, CO 80301, Website: www.mcaranewateren�ineerin�com
6
Dave Lindsay, July 31, 2021
Page 7 of 7
itation District S _e - Phase ploratory
Tab!EDescrilptio
Drilling -
7/31/2 '
rEngineering
Task No.
Time to
Complete
(Week
i
Costs)
Contractors,
Lab, Equip.
Rental
Task Total
1.1
Plan Development, Contracting and Prepare Bid Documents
1-2
$14,000
$0
$14,000
1.2
Phase
I Exploration Drilling and Testing
64
$17,000
$275000
$44,000
1.3
Phase
I Summary Memorandum
1-2
$123000
$0
$12,000
1.4
FAST
Site Well Abandonments
1-2
$5,000
$15,000
$20,000
1.5
FAST
Site Permit U ades
*na
$55000
$54000
$103000
Subtotal $ =
944
$53,000
$47,000
$100,000
Contingency
10% rounded
$5,000
1 $5,000
$1000
Grand Total
$58,000
$52,000
$1105000
Notes: * "Task can be done concurrent with other tasks.
Payments for our services, like other professional services, are based on the actual time spent on your behalf
and at hourly rates offered for this specific project ($175/hr for Dennis McGrane and $150/hr for Calvin
Miller). Billing occurs on a monthly basis. Payment is expected within 30 days after billing.
IV. TIME REQUIRED
We envision all the tasks can be completed in 9 to 14 weeks (3 to 5 months). If we begin work in
August, we should finish up by the end of the year.
V. C®I�iTRACTING
We envision the Town will contract with McGrane Water Engineering (MWE) using their Town's
standard contract. MWE will subcontract work to Miller Engineering and pass on the Town's
contractual terms and conditions. Because we are a small business, we request that the Town contract
directly with the recommended Contractor(s). We will pass through subcontractors and equipment rental
costs at no additional charge.
We look forward to working the Town of Firestone and CCG on this project.
Sincerely,
MCGRANE WATER ENGINEERING, LLC.
Dennis McGrane, P.E., C.P.G.
Principal Engineer and Hydrogeologist
McGrane Water Engineering, LLC
1669 Apple Valley Rd., Lyons, CO 80301. Website: www.mcQranewatereneineerin .com
7