Laserfiche WebLink
<br />Memo - The SMRI File <br />Selection of Third Party Contractor & Lab <br />page 3 <br /> <br />results and prepare a summary report of eac~ sampling tour. Dr. Mae <br />estimates the total cost for her prz-sampling analysis and seven tom lete <br />sampling rounds to be 523,736, plus the direct expenses of sample an lysis to <br />be passed through to BMRI. <br />Sherman J. Worthington, P.E. and Phillip L. Leonhardt, P.E., represe ted <br />Waste, Water & Land, Inc. in the intervie~.v and coauthored the writte <br />proposal. Messrs. Worthington and Leonhardt have extensive experien a in mine <br />project engineering and water quality monitoring and sampling. W,WF~ also <br />proposes to involve Ms. Elaine Donner, P.E. in the field sampling ac ivity. <br />Ms. Donner has experience in hydraulic and traffic engineering. W,W L <br />proposed to complete a pre-sampling review of the approved sampling nd <br />analytical protocols established by BMRI in TR-006 prior to the firs sampling <br />round. W,W&L then proposes to complete the required sampling oversi e, sample <br />preparation and delivery to the laboratory, and to review the analytical <br />results and prepare a summary report of each sampling tour. Messrs. <br />Worthington and Leonhardt estimate the totai cost for their pre-sampling <br />analysis and seven complete sampling rounds to be 525,160, plus the irect <br />expenses of sample analysis to be passed through to BMRI. <br />Based upon the proposals submitted, both nominees are capable of pro iding the <br />required services to complete third party monitoring of the San Luis site. <br />Neither firm has direct experience in Cyanide sampling. The principle <br />difference between the nominees lies in the involved profzssicnais' ethnical <br />training. Dr. Maest is a hydrochemist / geochemist, Me r rs. Worthin ton and <br />Leonhardt and Ms. Donner are civil encineer; / hydrologists. All ap ear <br />experienced and qualified in ~.vatzr sampling and em~ironmental monitoring. Dr. <br />Maest's job experience has stressed the specific evaluation of envir nmental <br />monitoring programs design and protocol methodology. W,W&L's involy d <br />professionals have routinely concentrated upon the project operation 1 design, <br />with specification of monitoring programs to comply with regulatory <br />requirements. <br />Dr. Posey and I anticipate that problems wh'ch might be encountered wring the <br />third party monitoring will most likely relate to specific hydrochemical and <br />geochemical aspects of ~.vater quality analys'>, in which case we susp ct Dr. <br />Maest ~.vould be more qualified to identify ant remedy sampling-relate data <br />accuracy and reliability proolems. Similar _~ the nominees for ana~~tical <br />laboratory, these two nominees are both qua "tied and capable. In m~ <br />experience, this is an enviable position to ce in. RCG/Hagler, Bailly, Int.'s <br />projected test is 6.0 percent less than Was .z, 1•later ~ Land, Int.'s, a <br />relatively minimal difference. However, in _onsideraticn of the tom ination <br />of slightly lower projected cost, the assign-ent of a single professional, and <br />the opportunity to benefit from specific tecanical qualifications an <br />experience of that individual, it i; my conc'usion that RCG/Hagler, ai11y, <br />Inc. is the preferred contractor to provide 'hz "third party samplin " <br />services we desire. <br />