Loading...
HomeMy WebLinkAboutHDR Engineering, Inc AG-C-415 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-415 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to as "CITY" and HDR Engineering, Inc. whose address is 626 Columbia Street NW, Suite 2A, Olympia , WA 9850, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY All work under this Agreement shall be completed by December 31, 2013 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $50,300.00, which includes a Management Reserve Fund amount of$5000.00. Expenditure of Agreement for Professional Services AG-C415 July 5, 2012 Page 1 of 13 Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement. Compensation will be on a time and reimbursable expense basis. Costs will be based on Exhibit B, which is attached hereto and by this reference made a part of this Agreement. The CONSULTANT shall be paid by the CITY for direct non-salary cost, per attached Exhibit C, which is attached hereto and by this reference made a part of this Agreement. These charges may include, but are not limited to the following items: outside reproduction fees, courier fees, subconsultant fees, and materials and supplies. The billing for non-salary cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY and agreed to by the CONSULTANT prior to any effort being expended on such services or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4 4. MANAGEMENT RESERVE FUND. The CITY may establish a Management Reserve Fund to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT Agreement for Professional Services AG-C-415 July 5, 2012 Page 2 of 13 expending any effort on such services, and shall not exceed $5,000.00. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort being expended on such services. 5. SUBCONTRACTING. The CITY permits subcontracts for those items of work necessary for the completion of the project. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of the CITY No permission for subcontracting shall create, between the CITY and subcontractor, any contractor or any other relationship. Compensation for any subconsultant work is included in Section 3 of this Agreement and all reimbursable direct labor, overhead, direct non-salary costs and fixed fee costs for the subconsultant shall be substantiated in the same manner as outlined in Section 3. All subcontracts shall contain all applicable provisions of this AGREEMENT 6. RESPONSIBILITY OF CONSULTANT. The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all studies, analysis, designs, drawings, specifications, reports and other services performed by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The CONSULTANT shall perform its services to conform to generally-accepted professional engineering standards and the requirements of the CITY ----------------------------------------------- Agreement for Professional Services AG-C-415 July 5, 2012 Page 3 of 13 Any approval by the CITY under this Agreement shall not in any way relieve the CONSULTANT of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided herein, neither the CITY'S review, approval or acceptance of, nor payment for, any of the services shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement to the full extent of the law. 7 INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, volunteers, and employees harmless from any and all claims, injuries, damages, losses, or suits, including reasonable attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the negligence of the CITY It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANTS waiver of immunity under Industrial Insurance, Title 51_ RCW, solely for the 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. CONSULTANTs indemnification and defense obligation shall be limited to the percentage of fault apportioned to CONSULTANT by a court of law, arbitrator or by mutual agreement between the parties to this Agreement. 8. INDEPENDENT CONTRACTORIASSIGNMENT. The parties agree and understand that the CONSULTANT is an independent contractor and not the agent or employee of the CITY and that no liability shall attach to the CITY by reason of entering into this Agreement except as otherwise provided herein. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the other party Agreement for Professional Services AG-C-415 July 5, 2012 Page 4 of 13 E L ;o g abed zLoz 'S hlnf g WO-EN saawas leuolssa;ad JOJ)uauaeaJBV -}ualenlnba jo ;uawesiopue pamsul leuogippy OSI elgeolldde eq} 6ulsn UjO eta aol pauuojjed Moon ay}ol;oadsai yunn Aollod eoueinsul Allllge1l leaauaO leioaawwo0 S,1Nd1lnSNOO ay;japun pamsul leuol;lppe ue se papn(oul aq llegs AilO aqi -a;eftWe lejaua6 000'000`Z$ 'eoualan000 goea 000'000'6$ uegl ssal ou s;lwll gllnn 'Nnful 6ulsgaanpe pue tinful leuosied pue 's io}oea;uoo;uepuedepul 'suopiedo 'saslwald wa} 6ulsue R}lllgell Janoo pegs pue jualenlnbe ue 10 bo 00 JO wjob aouaiin000 OSI uo ueU!jm aq llegs aouemsul R3lllgel-1 IejauaO leloiawwoO •q 86eJan03 Ali I!geg len43e4uoo apinoid o; pesiopue aq llegs Aollod ag; 'Aiessooeu 11 •aBajemo Apflool jualumba 6ulpinad uuol ein;gsgns a jo 60 00 Vo wjo; (OSI) aoWO saOIAMS aouemsul uo uaiflaan aq pegs a6eianoO quaplooe ied 000'000'6$jo a6ewep Apadoid pue IGnful AIlpoq ao};luJll al6uls paulgwoo wnwlulw a t4!m 'saplgan peseal pue pang `paumo-uou 'peumo lie 6ulaanoo aouemsul RllilgL-ll ellgowo;ny -e .molaq pequosap slunow.e aq; ul pue sad Al eLp jo aouemsul ule;go pegs iNviinSNOO Apbe ul jo mel le algejlene Apawai Aue o; asinooei s,40 aq}3 wll esimieq;o fo `aouemsul Bons Aq papinad a6emoo eq; o;iNv.LinSNOO ag;;o d}lllgell eq;pwll o; peni;suoo eq ;ou llegs;uawa9j6y aqj Aq pannbai se aouemsul }o aoueuejulew S,1Nv-LinSNOO •see4oldwe ao 'sani}eluasaidej 's;ueu sll .LN iLinSNOO eLg Aq iepuneiaq Xjom aq;;o eoueuuo}jad eLp 41lnn uogoeuuoo ul ao woo asue stew goigm Aliadoid o; 96ewep ao suosied of saunfw jol swlelo;sule6e aouemsul ';uawaaj6y sly;p uoge.lnp ag}jo; ulefulew pue ainooid Mays .LNHilf1SNOO '3ONvmnSNl '6 c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. If the consultant is a sole proprietor, the parties agree that Industrial Insurance would be required if the CONSULTANT had employees. However, the parties agree that a CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability, and Commercial General Liability insurance: a. The CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY Any insurance, self insurance, or insurance pool coverage maintained by the CITY shall be excess of the CONSULTANTS insurance and shall not contribute with it. b The CONSULTANTS insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty(30) days prior written notice has been given to the CITY by certified mail, return receipt requested. All insurance shall be obtained from an insurance company authorized to provide insurance in the State of Washington. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A-*VII. The CONSULTANT shall furnish the City with certificates of insurance and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance coverage required by this --------------------------------------------- Agreement for Professional Services AG-0415 July 5, 2012 Page 6 of 13 section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 10. NONDISCRIMINATION. The CONSULTANT may not discriminate regarding any services or activities to which this Agreement may apply directly or through contractual, hiring, or other arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or where there is the presence of any sensory, mental or physical handicap. 11 OWNERSHIP OF RECORDS AND DOCUMENTS. The CONSULTANT agrees that any and all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the CONSULTANT with the exception of those standard details and specifications regularly used by the CONSULTANT during the normal course of business , shall upon payment of all amounts rightfully owed by the CITY to the CONSULTANT herein belong to and shall remain the property of the CITY OF AUBURN. In addition, the CONSULTANT agrees to maintain all books and records relating to its operation and concerning this Agreement for a period of six (6) years following the date that this Agreement is expired or otherwise terminated. The CONSULTANT further agrees that the CITY may inspect any and all documents held by the CONSULTANT and relating to this Agreement upon good cause at any reasonable time within the six (6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S request, the ------------------------------------------------- Agreement for Professional Services AG-C-415 July 5,2012 Page 7 of 13 originals of all drawings, documents, and items specified in this Section and information compiled in providing services to the CITY under the terms of this Agreement. 12. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER.RESPONSIBILITY.MATTERS-PRIMARY_COVERED TRANSACTIONS. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph "(b)" of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (federal, state, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Agreement for Professional Services AG-0-415 July 5, 2012 Page 8 of 13 13. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party upon twenty (20) days written notice to the other party with or without cause. In the event of termination due to the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the CITY for services performed to the date of termination. As a condition precedent of termination for cause the CONSULTANT shall be given the notice period to cure such cause and shall have failed to cure such cause. Upon receipt of a termination notice under the above paragraph, the CONSULTANT shall (1) promptly discontinue all services affected as directed by the written notice, and (2) deliver to the CITY all data, drawings, specifications, reports, estimates, summaries, and such other information and materials as the CONSULTANT may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14. GENERAL PROVISIONS. 14 1 This Agreement shall be governed by the laws, regulations and ordinances of the City of Auburn, the State of Washington, King County, and where applicable, Federal laws. 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement or the breach hereof, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall proceed diligently with the performance of the services and obligations herein. Provided, that if there is a dispute regarding the City's nonpayment for a particular portion of work, the CONSULTANT shall not be required to continue with that portion of ------------------------------------------------- Agreement for Professional Services AG-C-415 July 5, 2012 Page 9 of 13 the work pending resolution of the dispute. The CONSULTANT shall continue to work on the remainder of the contract. 14.3. In the event that any dispute or conflict arises between the parties while this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such dispute or conflict, the CONSULTANT shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 14 4 The CITY and the CONSULTANT respectively bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement with respect to all covenants to this Agreement. 14.5. This Agreement represents the entire and integrated Agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations or agreements either oral or written. This Agreement may be amended only by written instrument signed by both the CITY and the CONSULTANT 14:6. Should it become necessary to enforce any term or obligation of this Agreement, then all costs of enforcement including reasonable attorneys fees and expenses and court costs shall be paid to the substantially prevailing party 147 The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 14.9 This Agreement shall be administered by consultant representative on behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY Any written notices required by the terms of this Agreement shall be.served on or mailed to the following addresses: Agreement for Professional Services AG-C-415 July 5, 2012 Page 10 of 13 City of Auburn HDR Engineering, Inc. Attn: Cynthia Lamothe Attn: Jeff Hansen 25 W Main Street 626 Columbia Street NW, Suite 2A Auburn WA 8001 Olympia, WA 98501 Phone: 253.804.5061 Phone: 360.570.4410 Fax: 253. 931.3053 Fax: 360.570.7272 E-mail: clamothe @auburnwa.gov E-mail: jell hansen@hddnc.com 1410. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or deposited in the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 14 9 or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 14.11 This Agreement maybe executed in multiple counterparts, each of which shall be one and the same Agreement and shall become effective when one or more counterparts have been signed by each of the parties and delivered to the other party Agreement for Professional Services AG-C-415 July 5, 2012 Page 11 of 13 CITY OF AUBURN r- Peter B. Lewjs, Mayor Date JUL 2 3 2012 ATTEST Danielle-E. Daskam, City Clerk APPROVED AS TO FORM: D ' B. FTeid, City-Attorney HDR ENGINEERING, INC BY. Title:k�av t✓lce Pre5"de41+ Federal Tax ID# 41- 068456 --------------------------------------------- Agreement for Professional Services AG-C-415 July 5,2012 Page 12 of 13 EXHIBIT A SCOPE OF SERVICES CITY OF AUBURN WATER UTILITY METER & BILLING SYSTEM IMPROVEMENTS BACKGROUND The City of Auburn (City) maintains a water utility" meter reading program that involves direct manual reading of approximately 75 percent of service meters, with the remainder being read by a mobile radio system. Meter reading information is input into the City's utility billing system (Springbrook),from which utility billing statements are generated. The City is seeking to improve its water metering and billing system. The ultimate goals of this effort include more efficient meter reading, more accurate consumption data for utility billing, and improved customer services with advanced features such as remote connect/disconnects and customer access to usage data. To explore options, including Advanced Metering Infrastructure (AMI)to achieve these objectives,the City desires to develop a decision making process to select appropriate metering and billing improvements that will include: o Review of the City's current metering and billing system. • Identification of metering system options, inclusive of full system integration requirements,backhaul/data processing requirements,and system conversionlimplementation issues. • Identification of other western Washington utilities who have implemented similar systems. • Presentation of a range of alternatives,in the context of a business case and cost- effectiveness framework,wth detailed pros and cons. • Identification of a preferred direction regarding implementation of system improvements. HDR Engineering,Inc. (HDR)has been retained to assist the City in this analysis. Following is the detailed scope of services to be provided by HDR. AG-C-415 Water Meter&Billing System Improvements I Junly 5,2012 SCOPE OF SERVICES TASK 1 —ASSESS THE CURRENT METERING &BILLING PROGRAM Objective. Summarize the City's existing metering and billing program,including identification of current challenges and issues. Approach. The following subtasks will be conducted: Subtask 1.1. Review Data. HDR will provide the City a detailed data request,regarding a range of information related to the current meter-reading program. These data Will then be assessed to: 1)understand the current program; and, 2)provide baseline input into the cost models(to be developed in Task 3). This involves assessing the variety of technologies, brands,and ages of meters presently used by the City Included in this assessment will be an analysis of operational and maintenance_costs associated with the various types of meters currently used_. Information on the City's billing system,its capabilities, and flexibility with regard to various metering technologies will also be gathered at this stage. Subtask 1.2. Staff Interviews. HDR will facilitate interviews with key staff associated with the meter-reading and billing program, so as to gain further insight into the existing program,and to identify staff concerns related to metering and billing. Three(3) interviews and one(1) City tour are planned during the course of one day,as follows: Interview 1 One 1 %2 hour meeting with field staff(representatives of meter reading, operations,maintenance). Interview 2. One 1 '/2 hour meetingWith administrative staff(representatives of customer service, data analysis,finance, IT). Interview 3. Entire group. A 1-hour final meeting with all key staff associated with meter-reading and billing, with the purpose of reviewing the results of the earlier interviews and prioritizing needs and concerns. This will also inform the development of evaluation criteria to be used in Task 3 for the evaluation of implementation alternatives. City Tour. A brief driving tour of the City(i.e.,no longer than 1 hour)in order for HDR to become familiar with the topography of the system and the nature of typical meter installations. The results of this task will be summarized in a brief technical memorandum(TM), and will be included in the Project Report(under Task 3). City Responsibilities. • Provide available data per data request. AG-0-415 Water Meter&Billing System Improvements 2 ]unly 5,2012 • Participate in staff interviews. • Review and provide comment on TM No. 1 Comments to be returned to HDR within two weeks of receipt of TM. Assumptions. • Only data that are readily available will be requested. The City will inform HDR if some data request items listed in the original data request prove too challenging or time consuming to obtain, and the importance of such items will be discussed. • The City project manager will schedule City staff to participate in the interviews. Deliverables. • A technical memorandum (TM No.l) summarizing the findings of this task. Any review comments provided on this TM will be incorporated in the Project Report. TASK 2—DESCRIBE CURRENT STATE OF METER READING TECHNOLOGY Objective. Summarize meter reading technologies and brands that are available for implementation by the City Approach. The following subtasks will be conducted: Subtask 2.1. Identification of Available Technologies. For the meter-reading technologies available and in use by other utilities,current manufacturers,pricing,product support, construction material, installation requirements, operations and maintenance procedures, and impacts upon billing systems will be reviewed. This review will focus on mobile radio and fixed network AMI options. General factors that will be considered in the review of available technologies include: • Installation cost • Useful life • System maintenance and operating cost • Meter-reading frequency • Customer service impacts • Warranty life • Battery life • Ability to support water usage analyses • Interface with billing systems • Customer-facing portal options • Impacts to staff time • Remote meter control capabilitites(e.g.turn on/off) • Reliability,accuracy/precision,error rates • Need for backup if the system goes down AG-0-415 Water Meter&Billing System improvements 3 Junly 5,2012 Subtask 2.2. Review of Other Utilities' Programs. HDR will describe the current practices employed by up to six similar utilities in western Washington,based upon HDR knowledge and direct experience. HDR will also interview up to three utilities as identified jointly by the City and HDR,to identify their current meter-reading practices. In addition,it is anticipated that City staff will visit some nearby utilities that have implemented AMI. HDR will assist in setting up these site visits,and will accompany City staff on up to three site visits. The purpose of this task is to gain insight regarding systems being used elsewhere, and to learn of benenfits,challenges and implementation issues that have been experienced by others. City Responsibilities. • Prepare detailed objective and questions prior to the utility site visits. • Participate in selection of utilities(up to three)for interview by HDR. • Review and provide comment on TM No. 2. Comments to be returned to HDR within two weeks of receipt of TM. Assumptions. • HDR's analysis of AMI options will be comprehensive and will represent the City's objectives and interest without bias towards any manufacturer or vendor. Deliverables. • A technical memorandum(TM No.2) summarizing the findings of this task. Any review comments provided on this TM will be incorporated in the Project Report. TASK 3—EVALUATE METER READING & BILLING SYSTEM IMPROVEMENT STRATEGIES Objective. Identify improvement alternatives, evaluate the options,and provide recommendations regarding the City's path forward, which may include transitioning to AMI. Approach. The following subtasks will be conducted: Subtask 3.1. Identify Improvement Alternatives and Evaluation Criteria. HDR will identify 1) a list of five(5) alternatives; and 2)a draft list of evaluation criteria. Improvement alternatives will take into account the following program considerations: AG C=415 Water Meter&Ri11ing System Improvements 4 Junly 5,2012 • Meter Reading Technology Addresses which technology(ies) are best suited for the City • Implementation Strategy Evaluate a full-scale mobile radio or AMI implementation versus "surgical' or `-`opportunistic" implementation, which targets mobile radio or AMI for use in specific areas (e.g., high traffic areas, sites with difficult access, customers with high consumption, areas targeted for water conservation). • Mobile radio or AMI Deployment Schedule. Evaluate a rapid deployment versus long-term phase-in versus"do nothing now"/delayed deployment. • Staffing Impacts. Identify the potential for changed labor requirements. • Billing Impacts. Evaluate monthly versus bimonthly reads and/or billing. • Customer Service Impacts. Review the organizational impacts on field staff processes, as well as the procedures/efficiencies associated with opening/closing accounts. • Integration with Other.City Information Systems. Investigate the potential interface-integration with GIS, Springbrook, Cartgraph, work management systems,hydraulic model,etc. The evaluation criteria consist of those elements against which the identified alternatives will be evaluated. The criteria will provide the framework for the alternatives evaluation and will require input from the City prior to the analysis. Criteria will be identified as tangible (measureable) or intangible, weighted(so as to determine relative significance amongst the criteria), and factored into the evaluation accordingly. Example criteria include: • Capital Cost • O&M Cost • Data Management • Customer Impacts • Adaptability to Future Technology • Staff Impact • Public Acceptance • Environmental Impact HDR will facilitate a 3-hour Criteria Workshop with the City to review the criteria and discuss the potential risks, impacts, and key opportunities. Following the workshop, a technical memorandum (TM No. 3) will be issued that summarizes the list of alternatives and evaluation criteria. Subtask 3:2. Conduct Alternatives Evaluation. A business case evaluation of the defined improvement alternatives will be conducted based on the criteria identified in Subtask 3.1. HDR will develop a life cycle cost and benefits analysis for each alternative. The evaluation will consider capital investments in hardware, software and implemention,rre-use of existing City hardware, on-going maintenance and support costs, and the risks and benefits associated with each alternative. Future savings and any pay-back projections will be based on the type AG-C-415 Water Meter&Billing System Improvements 5 Junly 5,2012 of technologies (e.g.,mobile,fixed radio)and deployment strategies (short-versus long-term deployment,delayed deployment,leasing, etc.) indentified in the evaluation criteria. There will be several intangible benefits and costs also incorporated into the analysis, as identified in Subtask 3 1 A technical memorandum(TM No.4)will summarize the alternatives developed, the approach to the alternatives evaluation,the business case evaluation and the scoring and ranking of alternatives based on the criteria identified in Subtask 3.1 above. Subtask 33. Conduct Strategies Workshop. HDR will facilitate a 2-hour Strategies Workshop,during which the results of the alternatives evaluation will be presented and City staff questions answered. A technical memorandum(TM.No. 5)will summarize the workshop. Subtask 3.4. Prepare Report. The results of the workshop will be integrated with the findings from previous tasks to develop a Project Report. The report will include recommendations for future implementation and next steps. Subtask 35. Council Presentations (Optional). HDR will assist the City in making presentations regarding the analysis at up to two committee and/or City Council meetings. City Responsibilities. • Review and provide comment on TM Nos. 3, 4 and 5. Comments to be returned to HDR within two weeks of receipt of TM. • Participate in workshops. Assumptions. • Up to five options will be considered in the detailed alternatives evaluation. • The workshops will be 1-3 hours in length. Deliverables. • Technical Memorandum No. 3 (summary of Subtask 3.1). • Technical Memorandum No. 4 (summary of Subtask 3.2). • Technical Memorandum No. 5 (summary of Subtask 3.3). • Final Project Report. • Note: All deliverables will be provided in digital form (PDFand Word). AG-C-415 Water Meta&Billing System Improvements 6 Iunly 5,2012 FUTURE PHASES OF WORK The above scope of work represents the City's initial effort at exploring various meter reading and billing system improvement options. Based on the outcome of this work,the City may pursue additional work under a separate or modified agreement,including: • Further detailed analysis of specific AMI technologies. • Pilot studies of select technologies and/or vendors. • Procurement of an AMI system. SCHEDULE Key milestone dates are listed below Key Milestone Date weeks after NTP TASK 1 Data Request I week Staff Interviews 3 weeks TM No. 1 4 weeks TASK 2 TM No. 2 7 weeks TASK 3 Criteria Workshop 9 weeks TM No. 3 _ 10 weeks TM No. 4 13 weeks Strategies Worksho" 15 weeks TM No. 5 16 weeks Final Project Report 20 weeks *Noted as-aiilount of time after Notice-to-Proceed"(NTP). BUDGET The budget breakdown is listed below Payment will be on a lump sum basis,invoiced by task and by percent complete per month. The total amount to be billed will not exceed$45,300. Task No. Task Description Bud-et I _ Assess the Current Metering&.Billin Program KIM 2 Describe Current State of Meter Reading Technology $7,900 3 Evaluate Implementation Strategies $26800 Direct Costs travel printing,etc.)$900 TOTAL $45 00 AG-C-415 Water Meter&Billing System Improvements 7 Junly 5,2012 W J m c a m S a X N W W W LL LO rrQS T Q O Z r (a N O ++ E r EXHIBIT C DIRECT NON-SALARY REIMBURSABLE EXPENSES • Outside Reproduction Fees • Courier Fees • Subconsultant Fees • Materials and Supplies • Mileage at $0.555/mile or the current approved IRS rate. It is understood that all reimbursements are at cost. Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts with other consultants, such as appraisers and/or environmental consultwti, etc. If approved, the CITY shall reimburse the CONSULTANT for the actual cost of the subcontracts. Exhibit C Agreement No.AG-C415 Page 1 of 1 CONSULTANT INVOICES CONSULTANT invoices should contain the following information: • On CONSULTANT letterhead. • A cover letter stating the status of each task. This should include items completed, percent completed during the billing period and completion along with funding status. • In invoice number and/or sequential numeric number (i.e. progress payment# 10). • Invoice date. • Period of time invoice covers. • Consultant Agreement# (i.e. AG-C-115). • Project number(s) listed (i.e. CPXXXX). • CITY'S project manager listed. • The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing timesheets, or some other form of proof) along with type of work done (i.e. design, right-of-way, or construction) or task order number • Direct salary (base salaries) • Indirect salary (benefits) • Direct non-salary (i.e. mileage, reproduction fees (i.e. printing, copying), communication fees (i.e. telephone), supplies, computer charges, subconsultants), indirect non-salary (overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be broken down and backup information is to be attached to invoice. Project managers are to inform CONSULTANTS as to what is required for break down information and if backup information is to be attached. Break out the same for subconsultant charges. • Previous and remaining base contract amounts left in each task and total contract—total authorized amount(bottom line figure). Add amendments to this base contract amount for total authorized amount. • Percentage of work completed to date compared to total amount of work(if required by the project manager). • Status of Management Reserve Fund (MRF) (i.e. a certain task) until we can get an amendment in place. • Invoices for previous year are due by January 15'" • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No.AG-0415 Page 1 of 2 SAMPLE INVOICE City of Auburn Invoice#: 5222 25 West Main Progress Payment#- 2 Auburn WA 98001 Invoice Date: February 10,2002 Attn: Scott Nutter(Project Engineer) Project Name:Thomas Nelson Farm Agency Agreement#: AG-0-010 Project#- PR562 Engineering Services performed during the period of. January 2002 SAMPLE ENGINEERING, INC. _Personnel _ Hours Hourly Rate Amount. Mike Jones Principal in Charge 1 $ 125.00 $ 125.00. Carta Maker Architect 5 $ 72.00 $ 144:00 Joe Smith Word Processing 10 $ 48.00 -$ 480:00 Consultant Personnel Subtotal $ 749.00 Expenses see attached documentation Charges Multiplier Amount Mike Jones Princilpal in Chartib 20 miles X1.1 $ 7.59 Carla Maker Architect $ 30.00 x1.1 $ 33.00 Joe Smith Word'Processing $ 29.00 x1.1 $ 31.90 Consultant Expenses Subtotal $ 72.49 Consultant Total: $ 821.49 SUB CONSULTANTS(see attached documentation) -Subconsultant Hours Hourly Rate -Amount ABC Environmental Inc. Civil Engineer 10 $ 100.00 $ 1,000.00 EledtricalConsulting, Electrical Engineer 5 $ 100.00 500.00 Mechanical Solutions Mechanical Engineer 10 $ 100.00 MRF 1 000.00 Moving Com an _Movin .Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600 0 Subtotal z 1.1 Multi tier $ 2,860.00 Subconsultant Total; $ 2,860,00 ....................................... -- - ...—...................................................................._,.... __-__.._.._ TOTAL DUE THIS INVOICE $ 3,681.49 CONTRACT BREAKDOWN Amount Total Invoiced % % Amount Task Authorized Prior Invoiced This Invoice To Date Ex ended Completed Remaining Original Contract $22 000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18 293.51 MRF" 2,500.00 0.00 1,000.00 1 0000.00 40% 45% 1,600.00 TOTAL $ 24,500.00 $ 1,025.00. -$- _3 681.49_ $ 4,706.49 $ 19,793.51_ Note: MRF=Management Reserve Fund Received a written authorization of MRF on 1110101 for Mechanical Engineer task in the amount of $2,000.0o. Consultant Invoices Agreement No.AG-C-415 Page 2 of 2 AMENDMENT #1 TO AGREEMENT NO. AG-C-415 BETWEEN THE CITY OF AUBURN AND HDR ENGINEERING, INC. RELATING TO PROJECT NO. CP1317, WATER UTILITY METER & BILLING SYSTEM IMPROVEMENTS THIS AMENDMENT is made and entered into this j6 day of aLea , 2013, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and HDR ENGINEERING, INC. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C- 415 executed on the 23rd day of July, 2012. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2014. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-415 executed on the 23rd day of July, 2012 shall remain unchanged, and in full force and effect. • IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. HDR ENGINEERING, INC. CIT(01 AUB By: JLaak • Authorized signature i Peter B. Lewis, Mayor ATTEST (Optional): ATTEST: By: (�(Jilliav► , 1^31Uy�/ocK Its: .�f,»in✓ VitA Vl�SinCw�f Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approv-d as to form: //A La_ . Attorney for (Other Party) Daniir B.— - - , • uburn Ci 'ttorney Amendment No. 1 for Agreement No. AG-C-415 HDR Engineering, Inc. Page 1 of 1 CITY OF AiJBURN- Nancy Backus, Mayor WASHINGTON 25 West Main Street* Auburn WA 98001-4998 * www.auburnwa.gov* 253-931-3000 January•13, 2014 Jeff Hansen HDR Engineering, Inc. 606 Columbia Street NW Olympia, WA 98501 RE: Amendment No. 1 to Agreement for Professional Services, AG-C-415 Project No. CP1317, Water Utility Meter & Billing System Improvements Dear Mr. Hansen: Enclosed please find an executed copy of the above-referenced Amendment No. 1. This amendment is for a time extension only. This amendment extends the term of the agreement to December 31, 2014. For the City's tracking and record keeping purposes, please reference AG-C-415 and Project No. CP1317 on all correspondence and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5061. Sincerely, Susan Fenhaus Water Utility Engineer Public Works Dept. � SF/ja/cw/mh Enclosure • • cc: Dani Daskam, City Clerk (copy letter only) • AG-C-415 CP1317 (2.20) • AUBURN *MORE THAN YOU IMAGINED 31(0 •1 0 Hll l AMENDMENT #2 TO AGREEMENT NO. AG-C-415 BETWEEN THE CITY OF AUBURN AND HDR ENGINEERING, INC. RELATING TO PROJECT NO. CP1317, WATER UTILITY METER & BILLING SYSTEM IMPROVEMENTS J THIS AMENDMENT is made and entered into this H'� day of/� �,. / `� , 2014, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and HDR ENGINEERING, INC. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C- 415 executed on the 23rd day of July 2012, and amended by agreement dated the 10th of December, 2013. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2015. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-415 executed on the 23`d day of July, 2012 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. HDR ENGINEERING, INC. CITY OF AUBURN By: i J A1191141 , A . • t i . Authorized signature ancy Ba.y, , Mayor ATTEST (Optional): ATTEST: By: a A • _ Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Ap••• -d as • for••• A ir Attorney for (Ot h er Party)y) Biel B. r ei ubwn City Attorney Amendment No. 2 for Agreement No. AG-C-415 HDR Engineering Page 1 of 1 se CITY-OF AuT + 1T J &l �T Nancy Backus, Mayor WASH WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 9, 2014 Jeff Hansen HDR Engineering, Inc. 606 Columbia Street NW Olympia, WA 98501 RE: Amendment No. 2 to Agreement for Professional Services, AG-C-415 Project No. CP1317, Water Utility Meter & Billing System Improvements Dear Mr. Hansen: Enclosed please find an executed original of the above-referenced Amendment No. 2. This amendment is for a time extension only. This amendment extends the term of the agreement to December 31, 2015. For the City's tracking and record keeping purposes, please reference AG-C-415 and Project No. CP1317 on all correspondence and related material. • As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5061. Sincerely, Susan Fenhaus, P.E. Water Utility Engineer Community Development & Public Works Department SF/ja/mt Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG-C-415 CP1317 (2.20) AUBURN * MORE THAN YOU IMAGINED AMENDMENT #3 TO AGREEMENT NO. AG -C-415 BETWEEN THE CITY OF AUBURN AND HDR ENGINEERING, INC. RELATING TO WATER UTILITY METER & BILLING SYSTEM IMPROVEMENTS THIS AMENDMENT is made and entered into this /da of 2015, b and between the CITY OF AUBURN, a municipal corporation of the S to of Washington y (hereinafter referred to as the "CITY "), and HDR ENGINEERING, INC. (hereinafter referred to as the "CONSULTANT "), as an Amendment to the Agreement between the parties for AG -C- 415 executed on the 23rd day of July 2012., and amended by agreement dated 10th day of December 2013 and amended by agreement dated 4th day of December 2014. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the date of termination 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: An additional $31,500.00 has been added to the amount authorized in the original agreement. The total contract amount is increased to a total of $81,800.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C-415 executed on the 23rd day of July 2012 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. HDR ENGINEERING, INC. By: Authorized signature ATTEST (Optional): By: Its: Approved as to form (Optional): Attorney for (Other Party) Amendment No. 3 for Agreement No. AG -C-415 HDR ENGINEERING, INC. Paae 1 of 1 CITY OF AUBURN MI ICJI: O"ewU Danielle E. Da kam, Auburn City Clerk ta-i jZtq,W4j i- A�,,- M- EXHIBIT A CITY OF AUBURN WATER UTILITY METER & BILLING SYSTEM IMPROVEMENTS BACKGROUND The City of Auburn (City) has begun contract negotiations with Ferguson Waterworks (FWW) (the local representative of Sensus Metering Systems) for the furnishing and installation of an Advanced Metering Infrastructure (AMI) system. HDR Engineering, Inc. (HDR) was previously retained to assist the City in the alternatives analysis that supported the decision - making process leading up to the determination to procure and implement AMI. This amendment provides for continued assistance from HDR during the contracting and implementation stages. Following is the scope of services to be provided by HDR under Amendment 3. SCOPE OF SERVICES TASK 1— REVIEW DRAFT CONTRACT Objective. Review and provide comment on the draft contract between the City and Ferguson. Approach. HDR will provide the following services: • Review the draft contract dated March 16, 2015. • Identify elements that appear to be missing, or that are significantly different from AMI contracts used by other local utilities. • Contact up to three other utilities to obtain additional detail on specific contract elements, as identified through discussion with the City. • Review two subsequent drafts of the contract. This assumes that at that stage, the contract will be signed by both parties. City Responsibilities. • Provide draft contract. • Participate in discussions regarding draft contract. Assumptions. • Up to two in- person meetings will be held to discuss contract drafts. • The City project manager will schedule City staff to participate in meetings. Amendment 3 — Water Meter & Billing System Improvements — Scope of Services - I Deliverables. • Comments provided verbally during discussions and in writing, if appropriate. Provide contact information for up to three utilities using Sensus' and Auburn's current version of Springbrook. TASK 2 — BUSINESS PROCESS WORKSHOP AND INTERIEWS Objective. Identify current business processes and integration challenges. Approach. HDR will provide the following services: • Prepare for and conduct a two -hour workshop. with City staff to discuss project objectives and approach; interview schedule and obtain input for final recommendations. • Prepare for and conduct stakeholder interviews (City staff representatives from City departments) to discuss project objectives, CMMS and GIS data needs, and current IT systems. • Prepare for and conduct one -hour summary workshop with City staff to summarize assessment conclusions and preliminary recommendations for the project. City Responsibilities. • Coordinate scheduling of workshop and interviews. Assumptions. • All meetings will occur over the course of one day. • Up to four (4) individual interview sessions of 1 hour each will be conducted. More than one City staff may attend a given interview session. • Two (2) HDR staff will participate in the workshop and interview sessions. Deliverables. • Workshop • Documentation of current business practices will be provided in Task 4. TASK 3 — DATA AND CURRENT SYSTEMS ASSESSMENT Objective. Identify system integration needs. Approach. HDR will provide the following services: • Conduct needs assessment of computerized maintenance management systems data based on information collected from workshops and interview sessions; including: o Current / planned data structure(s) Amendment 3 — Water Meter & Billing System Improvements — Scope of Services • Conduct needs assessment of geographic information system data based on information collected from workshops and interview sessions. • Conduct needs assessment of utility billing system data based on information collected from workshops and interview sessions. • Conduct assessment of current software systems based on information collected from workshop and interview sessions, including: o Database format and features o Data migration City Responsibilities. • Provide available data or representation in electronic format within two weeks of notice -to- proceed. Assumptions. • Sufficient information will be provided by City during workshop and interviews (from Task 2) to conduct systems assessments. Deliverables. • Documentation of software systems needs will be provided in Task 4. TASK 4 — SYSTEMS IMPLEMENTATION STRATEGY Objective. Define a systems implementation strategy to support the time during AMI transition and post- transition. Approach. HDR will provide the following services: • Prepare Systems Implementation Strategy Plan; including data quality review and current system analysis from Task 3; and input received during the summary workshop (Task 2). City Responsibilities. • Review and provide comment on draft strategy plan. Assumptions. • Strategy plan will be based upon findings in Tasks 2 and 3. • No in- person meetings are included in the budget for this task. Deliverables. • System Implementation Strategy Plan, that outlines a general strategy for AMI Implementation and Systems Integrations. Amendment 3 —Water Meter & Bi Iling System Improvements —Scope of Services 3 TASK 5 — ON -CALL SERVICES HDR is available to assist the City as needed in further stages of AMI implementation and systems integration (e.g., via on -call assistance during the transition period) based on time and materials. Amendment 3 — Water Meter & Billing System Improvements — Scope of Services SCHEDULE Key milestone dates are listed below. Task Task Description Completion after NTP Task 1 — Review Draft Contract 6 weeks ** Task 2 — Business Process Workshop/Interviews 4 weeks Task 3 — Data and Current Systems Assessment 6 weeks Task 4 — Systems Implementation Strategy 8 weeks Task 5 — On -Call Services Ongoing *Noted as amount of time after Notice -to- Proceed (NTP). * *Schedule of this task will be dependent on timing of draft contract iterations. It is assumed that up to two additional iterations may be required subsequent to the current version of the contract, and that these will occur over a six week period. BUDGET The budget breakdown is listed below. Payment will be on a time and materials basis, invoiced by month. The total amount to be billed will not exceed $50,000. Task No. Task Description Budget 1 Review Draft Contract $3,300 2 Business Process Workshop/Interviews $3,700 3 Data and Current Systems Assessment $5,000 4 Systems Im lementation Strategy $6,500 5 On -Call Services $31,500 TOTAL $501000 Amendment 3 — Water Meter & Billing System Improvements — Scope of Services ADBURN T WASHINGTON June 19, 2015 Jeff Hansen HDR Engineering, Inc. 606 Columbia Street NW Olympia, WA 98501 Nancy Backus, Mayor 25 West Main Street * Auburn WA 98001 -4998 * www.auburnwa.gov * 253 -931 -3000 RE: Amendment No. 3 to Agreement for Professional Services, AG -C -415 Water Utility Meter & Billing System Improvements Notice to Proceed Dear Mr. Hansen: Enclosed please find an executed copy of the above - referenced Amendment No. 3. This amendment supplements the scope of work per attached Exhibit A, and includes additional compensation in the amount of $31,500.00 for a total agreement amount of $81,800.00. For the City's tracking and record keeping purposes, please reference AG -C -415 on all correspondence and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253 - 804 -5061. Sincerely, Susan Fenhaus, P.E. Water Utility Engineer Community Development & Public Works Department SF /cw /mm Enclosure cc: Dani Daskam, City Clerk AG -C -415 AUBURN* MORE THAN YOU IMAGINED L\ , \\, \ CITY or. —1 ' • - J ~ .©UP V AGENDA BILL APPROVAL FORM ==-- WASHINGTON Agenda Subject: v Date: Public Works Consultant Agreement No. AG-C-415 June 27, 2012 Department: Attachments: Budget Impact: . Public Works No Attachments Available $0 Administrative Recommendation: City Council grant permission to enter into Consultant Agreement No. AG-C-415 with HDR Engineering Inc. for Engineering Services for the Water Utility Meter & Billing System Improvements Project. Background Summary: Recent improvements in technology have resulted in automated metering systems generally referred to as Advanced Metering Infrastructure (AMI). These systems have the ability to read meters using wireless equipment and transmit the data for analysis and processing. The City is interested in the potential benefits from using this type of system including: • more efficient meter reading • more efficient billing • early leak detection • more accurate water usage data • remote connect/disconnect and flow limiting meters • customer access to their usage data via the internet The consultant will assist the City in reviewing various AMI technologies and assist in a decision making process to determine which system(s) would best benefit the City. The consultant will: • Review the City's current metering and billing system. • Identify metering system options, inclusive of full system integration requirements, backhaul/data processing requirements, and system conversion/implementation issues. • Identify other western Washington utilities who have implemented similar systems. • Present of a range of alternatives, in the context of a business case and cost- effectiveness framework, with detailed pros and cons. • Identify a preferred direction regarding implementation of system improvements. CA.H AUBURN * MORE THAN YOU IMAGINED Page 64 of 106 City staff has selected HDR Engineering Inc. to provide engineering services for the initial phase of the project including investigation, alternatives analysis and costs estimates. The Not-to-be-Exceeded cost for this agreement is $50,300. A project budget contingency of $27,700 remains in the 430 (Water) fund for 2012. 04.11.1 Reviewed by Council Committees: Public Works Councilmember: Wagner Staff: Dowdy Meeting Date: July 2, 2012 Item Number: CA.H CA.H AUBURN * MORE THAN YOU IMAGINED Page 65 of 106 AMENDMENT #4 TO AGREEMENT NO. AG-C-415 BETWEEN THE CITY OF AUBURN AND HDR ENGINEERING, INC. RELATING TO WATER UTILITY METER & BILLING SYSTEM IMPROVEMENTS THIS AMENDMENT is made and entered into this /b day of skl2 , 2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and HDR ENGINEERING, INC. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C- 415 executed on the 23rd day of July 2012, and amended by agreements dated the 10th day of December 2013, the 4t" day of December 2014 and the 18th day of June 2015. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2016. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement and subsequent amendments. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-415 executed on the 23rd day of July 2012 shall remain unchanged, and in full force and effect. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day and year first above written. HDR ENGINEERING, INC. CITY OF AUBURN By: '' '" P-2124 Nicole C Authorized signature Nancy Baclayor ATTEST (Optional): ATTEST: A By: . A Its: Dani- le E. Daskam, Auburn City Clerk Approved as to form (Optional): Appro,���: `� Attorney for (Other Party) Daniel B. Heid, Auburn City A • ney Amendment No. 4 for Agreement No. AG-C-415 HDR ENGINEERING, INC. Page 1 of 1 CITY OF *AUBURN I ? �T Nancy Backus, Mayor • WAS JHIINGG1TON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 11, 2015 Jeff Hansen HDR Engineering, Inc. 606 Columbia Street NW Olympia, WA 98501 RE: Amendment No. 4 to Agreement for Professional Services, AG-C-415 Water Utility Meter & Billing System Improvements Dear Mr. Hansen: Enclosed is an executed copy of the above-referenced Amendment No. 4. This amendment is for a time extension only and extends the term of the agreement to December 31, 2016. For the City's tracking and record keeping purposes, please reference AG-C-415 on all correspondence and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5061. Sincerely, (:)--6.,04440 Susan Fenhaus, P.E. Water Utility Engineer • Community Development & Public Works Department SF/cw/as Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG-C-415 AUBURN * MORE THAN YOU IMAGINED