Loading...
HomeMy WebLinkAboutAG-C-440 Brown and Caldwell AGREEMENT FOR PROFESSIONAL SERVICES AG-C-440 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 BROWN AND CALDWELL, a corporation whose address is 701 Pike Street, Suite 1200, Seattle, WA 98101, 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, 2014 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's unexcusable delays, 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 reasonable control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION. Compensation will be on a time and material basis, not to exceed $346,271.00. Costs will be based on Exhibit B, which is attached hereto and by this reference made a part of this Agreement. Agreement for Professional Services AG-C-440 November 26, 2013 Page 1 of 14 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 prior to any effort being expended on such services. 4. 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. 5. 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 in accordance with applicable standard of care for professional services. 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-440 November 26, 2013 Page 2 of 14 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. 6. 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 attorney fees, to the extent 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 CONSULTANT'S 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. 7. INDEPENDENT CONTRACTOR/ASSIGNMENT. 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 CITY. 8. INSURANCE. Agreement for Professional Services AG-C-440 November 26, 2013 Page 3 of 14 • CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, or employees. CONSULTANT'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the CONSULTANT to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. CONSULTANT shall obtain insurance of the types and in the amounts described below: a. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles, with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, and personal injury and advertising injury, with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. The CITY shall be included as an additional insured under the CONSULTANT'S Commercial General Liability insurance policy with respect to the work performed for the CITY using the applicable ISO Additional Insured endorsement or equivalent. Agreement for Professional Services AG-C-440 November 26, 2013 Page 4 of 14 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 CONSULTANT'S insurance and shall not contribute with it. b. The CONSULTANT'S insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice has been given to the CITY by regular mail. All insurance shall be obtained from an insurance company authorized to do business 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-C-440 November 26, 2013 Page 5of14 section, before commencement of the work. The CITY reserves the right to require that copies of all required insurance policies (with proprietary information redacted) 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. 9. 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. 10. 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, shall belong to and shall remain the property of the CITY OF AUBURN after payment to CONSULTANT. 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 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. Agreement for Professional Services AG-C-440 November 26, 2013 • Page 6 of 14 11. 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. 12. TERMINATION OF AGREEMENT. Agreement for Professional Services AG-C-440 November 26, 2013 • Page 7 of 14 This Agreement may be terminated by either party upon twenty (20) days written notice to the other party, and based upon any 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. 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. 13. GENERAL PROVISIONS. 13.1. 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. 13.2. 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. 13.3. 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. Agreement for Professional Services AG-C-440 November 26, 2013 Page 8of14 13.4. 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. 13.5. 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. 13.6. 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. 13.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 13.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 13.9. This Agreement shall be administered by Angela Dwyer 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: City of Auburn Brown and Caldwell Attn: Tim Carlaw Attn: Angela Dwyer 25 W Main Street 701 Pike Street, Suite 1200 Auburn WA 98001 Seattle, WA 98101 Phone: 253.804.5060 Phone: 206.749.2277 E-mail: tcarlaw @auburnwa.gov E-mail: adwyer @brwncald.com 13.10. 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 Agreement for Professional Services AG-C-440 November 26, 2013 Page 9 of 14 duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 13.9 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. 13.11. This Agreement may be 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-440 November 26, 2013 Page 10 of 14 CIT. OF AU' Peter :. Lewis, Mayor Date DEC ATTEST: 44 Danielle E. Daskam, City Clerk - APPROVED AS TO FORM: tAiL' Daniel B. Heid, City A rorney BROWN ND CALDWELL BY: 8 a ,�! Title: Vi c-c OREf/DErjr 4 Federal Tax ID #�N—V�L\(D54 t Agreement for Professional Services AG-C-440 November 26, 2013 Page 11 of 14 EXHIBIT A SCOPE OF WORK See Attached Exhibit A Agreement No. AG-C-440 Page 1 of 1 EXHIBIT A SCOPE OF SERVICES CITY OF AUBURN COMPREHENSIVE STORMWATER DRAINAGE PLAN UPDATE NOVEMBER 2013 Brown and Caldwell (BC) is pleased to present this scope of work (SOW)to the City of Auburn (City)to update its 2009 Comprehensive Storm water Drainage Plan (2009 Drainage Plan).The purpose of the 2014 Drainage Plan Update is to guide the operation, maintenance, and improvements of the City's storm drainage system. ) • This SOW consists of nine tasks as follows: • Task 1: Project Management • Task 2: Evaluate Storm Drainage Utility Policies • Task 3: Problem Identification and Evaluation • Task 4: Develop Capital Improvement Program • Task 5: Document Existing Maintenance and Operations Program • Task 6: Staffing Plan • Task 7: Financial Program • Task 8: Prepare Storm Drainage Comprehensive Plan • Task 9: Prepare Pipe Criticality and CMMS Integration Plan The activities, deliverables, and assumptions associated with each task are described in detail below. Task 1. Project Management The BC Project Manager will prepare a Project Management Plan (PMP) at the outset of the project. The PMP will include a copy of the project scope, schedule, communication protocols, quality control/quality assurance (QA/QC) measures,team member work assignments, a heath and safety plan, and change management procedures.The BC Project Manager will manage project staff and sub-consultants throughout the duration of the project to ensure compliance with project budget, schedule, and QA/QC objectives. The BC Project Manager will keep the City Project Manager informed with regard to project status through biweekly conference calls, monthly status reports, and meeting summary notes.The BC Project Manager will conduct two project status meetings with the City at major project milestones. The meetings will provide opportunities to: • update City staff on work completed to date • elicit feedback and make key decisions regarding project activities and plan recommendations • identify scope,schedule, and/or budgetary adjustments (if needed). BC will prepare monthly invoices including expenditures by task, hours worked by project personnel, and other direct expenses with the associated backup. The project schedule will be updated and distributed as necessary to reflect changes. 11/20/2013 Page 1 of 10 Deliverables: • Meeting agendas and summary notes for two(2) project status meetings • Up to twelve (12) monthly status reports • Up to twelve (12) monthly invoices • Assumptions: • • Up to three (3) members of the BC team, including the BC project manager, will attend each of the two (2) project status meetings. • All meetings will be held at BC's Seattle office. • Conference calls or status updates will be held on a biweekly basis. • Project duration is up to twelve (12) months. Task 2 - Evaluate Level of Service Goals, Practices, and Policies The purpose of this task is to evaluate the City's current codes, practices, and policies with respect to regulatory requirements, utility service goals, low impact development (LID) and staff availability. BC will review current local, State, and Federal regulations to identify compliance requirements and other potential emerging issues. BC will also review and evaluate applicable sections of the Auburn City Code (ACC) and policies contained within the City's current Comprehensive Plan to identify revisions and/or additions needed to maintain regulatory compliance or to address issues that are likely to arise during the six-year planning period.The review and evaluation of regulations pertaining to the NPDES Phase II Permit will be completed by BC under a separate contract (NPDES Compliance Assistance 2013-14), and the deliverables will be summarized in the Comprehensive Plan Update. BC will review the Level of Service (LOS) goals from the 2009 Drainage Plan and work with City staff to revise those goals to align with regulatory requirements and policy recommendations. BC will prepare a preliminary set of LOS goals with references to specific codes, policies, and/or accepted standards of practice. As subsequent tasks are completed, LOS goals will be revised and refined to reflect priorities and cost constraints. For example,the improvements necessary to meet a selected conveyance performance criterion could result in exceedingly high capital costs; in which case, the criterion would need to be adjusted to reach a more achievable standard. Similarly, the results of the Operations and Maintenance Review (Task 5) and the Staffing Plan (Task 6)will be used to refine LOS goals related utility practices, operations, and maintenance procedures. After Tasks 3 through 7 have been completed, BC and the City will work together to finalize the LOS goals and develop recommendations for code and policy revisions, changes in operational procedures, and/or staffing needs. Deliverables: • Draft/preliminary LOS goals • Staffing needs to meet the operational changes will be included in the Staffing Plan (Task 6). • Revised table of LOS goals addressing the City's comments on the draft version. Assumptions: • Two (2) members of the BC project team will attend up to two (2) meetings with the City to discuss LOS goals, stormwater codes and design standards, applicable policies, and recommended changes. 11/20/2013 Page 2 of 10 • NPDES Compliance Assistance 2013-2014 Project will be conducted concurrently with this project and will provide information in a timely manner such that the overall project schedule will not be delayed. • BC's assessment of emerging regulatory issues will be based on our current understanding of regulatory issues in Washington State; 8 hours has been budgeted for this effort. • All deliverables will be submitted in electronic format. Information to be provided by the City: • All applicable sections from the ACC and relevant policy documents. • Information on City practices and staffing. • One set of consolidated comments on the preliminary recommended LOS goals. • One set of consolidated comments on the revised LOS goals. Task 3 - Problem Identification and Evaluation The City initiated a substantial system data inventory effort during the development of the 2009 Drainage Plan. The entire city was divided into drainage subbasins which were ranked based on established criterion such as known drainage problems. The basin ranking(high, medium or low) was used to prioritize data inventory and modeling efforts. Hydrologic and hydraulic SWMM models were prepared for the high and medium ranked subbasins. For the basins that were ranked as low priority, hydraulic SWMM models were prepared. A large portion of the City's subbasins were not included in the priority ranking and no models were prepared for these subbasins. The City has since conducted flow monitoring at several locations to support model calibration and CIP implementation. The City has also continued the data inventory effort since the completion of the 2009 Drainage Plan, with the long-term goal of mapping its entire storm drainage system and updating the Geographic Information System (GIS).The data inventory effort is ongoing. Data collected from this effort will be used to support the model development. Figure 1 provides a summary of the current status of the City's subbasin modeling efforts. Subtask 3.1 Data Review and Subbasin Prioritization BC will review the current status of the data inventory and model development activities, as well as recent changes to the system due to capital improvement projects. BC will also review the flow monitoring data that has been collected by the City since the 2009 Drainage Plan. BC will then meet with the City to discuss the status of the data, known problems, and priorities for capital improvements. BC and the City will then define new subbasin priorities and identify the eight highest priority subbasins for model development/ refinement, capacity analyses, and project modeling (such as the B, C, D, and F subbasins). Subtask 3.2. Model Development/Refinement For existing models, BC will review model elements, including detention storage ponds, infiltration ponds, water quality facilities and pump station data and update where necessary. BC will update the existing models to include any improvements or system modifications that have occurred since the last model update. If no model exists for an identified high-priority subbasin, BC will develop the model using information from the City's Geographic Information System (GIS). 11/20/2013 Page 3 of 10 Subtask 3.3. Model Calibration BC will calibrate the models based on observed conditions such as measured flow rates, water levels, pump run times, and anecdotal flooding conditions. BC will also run validation simulations to demonstrate that the model can adequately reproduce observed conditions. Subtask 3.4. Pump Station Evaluation BC will use the models developed in subtasks 3.2 and 3.3 to simulate the impacts to the storm drainage system from pump station failures. BC will map the resultant inundation areas for each of the City's six stormwater pumping stations.The modeled scenarios will be linked to the City's updated LOS goals. It is assumed that up to two scenarios will be evaluated for the following pump stations: Brannan Park, Emerald Park, West Main Street and White River. It is assumed that one additional scenario will be evaluated for both the A Street and Auburn Way S pump stations due to their proximity to critical facilities. Subtask 3.5. Evaluate Drainage Problems in Annexation areas BC will review the storm drainage infrastructure in the annexation areas to identify.potential inadequacies with the storm drainage system. The review will encompass both the Lea Hill annexation area subbasins (AAA, ZZ, BBB, W, AZ, CCC, WW, W, and UU) and the West Hill annexation area subbasins (SS, RR, M, 00, PPP, L, NNN, QQ, and K). The initial review will be a desktop evaluation of data from the GIS system, which will proceed as soon as the data inventory is completed for each basin. The focus of the initial review will be to identify inadequacies such as incomplete systems, missing easements/drainage rights of way, and insufficient inlet structures. BC will then develop recommendations for general improvements. The City will provide BC with a list of known drainage problem areas (up to 10 areas). BC will conduct site visits to assess the problems, investigate possible causes, and identify potential solutions. BC will approximate peak discharges and perform basic hydraulic calculations to evaluate capacity deficiencies and size drainage system components for conceptual design of improvement projects. Potential improvements could include ditch and pipe extensions, culvert replacements, LID project components and/or new curb, gutter, and inlet structures. Up to 10 projects will be included in the six-year CIP (refer Task 4). Subtask 3.6. Technical Memorandum BC will prepare a technical memorandum summarizing the results of the data review, subbasin prioritization, model development and model calibration and validation results. The technical memorandum will also include a summary of the drainage problem evaluation in the annexation areas. Deliverables: • Updated SWMM5 hydraulic modeling files for each of the eight identified high-priority subbasins. • Technical memorandum summarizing the results of the data review, subbasin prioritization, model development, and the calibration and validation results, and summary of the drainage problem evaluation in the annexation areas. • Summary of pump station evaluation and maps of inundation areas for each simulated pump station failure 11/20/2013 Page 4 of 10 Assumptions: • Modeling efforts will focus on the eight highest priority subbasins identified in Subtask 3.1; system-wide modeling will not be completed for this project. • The budget for this task assumes that up to four sub-basin models will need to be developed from GIS data (i.e. no existing model) • The City will provide updated GIS data compiled from its data inventory mapping efforts to support the model build and update, and the evaluation of drainage problems in the annexation areas. • Up to ten (10) drainage problems will be evaluated for the annexation areas. • It is anticipated that this task will be completed concurrently with other scoped tasks. • The updated models will be used to evaluate proposed capital improvements as part of Task 4. • All deliverables will be submitted in electronic format. Information to be provided by the City: • Information and as-built data for current and/or on-going capital improvement projects affecting the high-priority subbasins. • Updated GIS data of the storm drainage system • Flow monitoring data, water level measurements, pump station logs. • List of known problems and priority areas for capacity evaluations, including known problems in the annexation areas. • Anecdotal flooding information and/or qualitative descriptions of observed problems. • One set of consolidated City comments on the draft technical memorandum. • The draft technical memorandum will be revised based on the comments and provide to the City as an appendix to the 2014 Drainage Plan Update. Task 4 - Develop Capital Improvement Program BC will integrate the information gathered in the previous phases of the project, including revised LOS goals, problem identification and model evaluation,to develop a draft list of projects for the City. BC will also review the 6-year and 20-year CIP from the 2009 Drainage Plan and determine which projects have been completed, resolved, or mitigated and which projects need to be carried over for inclusion in the Drainage Plan Update. BC will conduct project-specific modeling to identity and evaluate alternatives for up to eight projects located within the prioritized subbasins. Projects carried over from the 2009 Drainage Plan will be re- evaluated with the revised models developed in Task 3 and updated as necessary. Projects will be evaluated to ensure the relevant LOS goals are addressed by the proposed improvements. BC will also develop conceptual design for drainage improvements for up to ten projects located within annexation areas, as identified in Subtask 3.5. BC will then work with the City to prioritize projects for inclusion in the 6-year CIP, given annual funding and staff availability. BC will prepare a concise summary and planning-level cost estimates for each project in the 6-year CIF. The summary will include problem ID, name, and priority; a brief assessment of the problem; a brief description of the proposed solution including sizes for any new facilities (e.g., pipe lengths and diameters, pump station capacity, etc.); and a GIS-based sketch of the proposed improvements.The assumptions used to develop the cost estimates will be transparent and well-documented. The remaining projects, which will form part of the 20-year CIP, 11/20/2013 Page 5 of 10 will be summarized and tabulated. Preliminary cost estimates will be developed but projects sheets and detailed cost estimates will not be prepared. The cost estimates will be prepared in a format that will allow the City to update the unit costs with current market values as needed in the future.After planning-level cost estimates have been developed, BC will meet with the City to discuss the results of the alternatives evaluations. Deliverables: • Draft list of CIP for City review • Draft project summary sheets, including planning-level cost estimate and site map,for each proposed storm improvement • Revised project summary sheets for each proposed storm improvement Assumptions: • All deliverables will be submitted in electronic format. • The CIP cost estimating will be limited to preliminary planning-level cost estimates based on recent City, consultant experience and bid tabs, with appropriate allowances for project contingencies and unknowns. • For the existing system, the CIP is limited to capital projects (i.e. it will not include administrative, policy, and operational changes). • The budget for this project assumes up to 18 projects will be included in the 6-year CIP (8 in the prioritization areas and 10 in the annexation areas). • Pump station condition assessment is not included. • Two BC staff members will attend a meeting with the City to present the draft CIP. • The City will review the draft CIP, summary project sheets, and planning-level cost estimate once, and will provide a single set of review comments to BC. The City will resolve all conflicting review comments prior to delivery to BC. • Projects included in the 20-year CIP will be summarized in tabular form for presentation in the Plan Update. Information to be provided by the City: • Bid tabulations for recent storm drainage projects. BC will incorporate the bid tabulation data into its unit cost estimates for this project. • Anticipated annual City funding for stormwater projects and available staff resources,for use in determining the project implementation capacity for the CIP. Task 5 - Document Existing Maintenance and Operations Program BC will document the City's current storm drainage system operation and maintenance (O&M) program.The 2009 Drainage Plan,Appendix I System Operation and Maintenance summarize key elements of an O&M program to be used as a framework for transitioning the City's maintenance efforts from a reactive state to a planned maintenance environment. BC will conduct two interviews with City 0&M staff to discuss the existing O&M program and identify any changes that have occurred since the 2009 Drainage Comp Plan, including implementation of the steps identified in Appendix I. BC will review existing O&M documentation provided by the City. Items that may be included in this review are: • documenting drainage ditch maintenance • documenting drainage line maintenance 11/20/2013 Page 6 of 10 • gravity sewer inspections and cleanings • catch basin inspection and cleaning • documenting pump station maintenance • documenting equipment maintenance. Deliverables: • Revised Appendix Ito reflect the City's current 0&M program for inclusion in the Comp Plan update. Assumptions: • All deliverables will be submitted in electronic format. • No new 0&M procedures will be generated. • Work is limited to compiling existing procedures for inclusion in the 2014 Drainage Plan Update. • Two BC staff will participate in two meetings (interview sessions) with City staff. • The City will provide one set of consolidated City comments on the Revised 0&M appendix. Comments will be used to update the appendix for inclusion in the 2014 Drainage Plan update. Information to be provided by the City: • Existing system operation and maintenance, including routine operations, preventive maintenance, and related information • Changes in 0&M program as defined in Appendix I of the 2009 Drainage Plan Task 6 - Staffing Plan BC will develop a staffing plan that is necessary to implement the new activities prescribed in the 2014 Drainage Plan Update.The staffing plan will include planning-level estimates of City staff time and non-labor costs(e.g., equipment purchases, contractors)for additional costs during the 6-year planning period. This plan will incorporate staffing needs to comply with the Phase II NPDES permit, as developed by BC for the City under the NPDES Compliance Assistance (2013-14) Project, as well as other staffing needs identified under Task 2. Deliverables: • Draft Staffing Plan for City review. Assumptions: • All deliverables will be submitted in electronic format. • The results of the NPDES Compliance Assistance (2013-2014) Project will be available prior to development of the Draft Staffing Plan. • Two BC staff will participate in one meeting with City staff. Information to be provided by the City: • Information, not previously provided for the NPDES Compliance Assistance (2013-2014) Project, needed to identify FTE allocations, loaded staff costs, and other elements of the estimate. • Current utilization of existing equipment to assist in determining new equipment purchase requirements 11/20/2013 Page 7 of 10 • One set of consolidated comments on the Draft Staffing Plan. The City's comments will be incorporated in the Staffing Plan for inclusion in the 2014 Drainage Plan Update. Task 7 - Financial Program The purpose of this task is to summarize the City's total cost of providing stormwater service, assurances that the utility improvement schedule will be implemented and established fees for service.The City will lead this task and develop the financial information. BC will update the Financial Plan chapter from the previous plan and incorporate it into the Plan. The Chapter will include historical financial performance review, capital facilities charge update, capital financing plan, operating forecast, potential rate impacts from anticipated increase in implementation of privately owned LID stormwater facilities and revenue needs assessment. • Deliverables: • Draft update of Chapter 8(Financial Plan) of the 2009 Drainage Plan. • Final update of Chapter 8 (Financial Plan) of the 2009 Drainage Plan, which will be included in the 2014 Drainage Plan Update. Assumptions: . • Two BC staff members will meet with City staff to provide the CIP, implementation schedule, and other background information necessary for the City to develop the financial information. • The City will perform the financial analysis and provide all necessary data to develop Chapter 8 • The Chapter 8 from the previous plan will be used as a template for the update • The scope does not include changes to the City's existing rate structure • The City will review the draft Chapter 8 update once, and will provide a single set of review comments. All conflicting review comments will be resolved by the City prior to delivery. Information to be provided by the City: • Financial data to update Chapter 8. Task 8 - Prepare Storm Drainage Comprehensive Plan BC will use the results of the previous tasks to prepare a preliminary draft Comprehensive Stormwater Drainage Plan for City review. BC proposes that the document consist of the following four parts: • Plan Overview: Prepared for general public/stakeholders to present a general understanding of the Drainage Plan contents. • Executive Summary:The intended audience is the City Mayor, Planning Commissioners, City Council, and key stakeholders.The executive summary provides policy perspective, general technical understanding, background (for recommended policies, programs, and projects), and links to financial policies/strategies. • Comprehensive Plan:This is the main body of the document, intended for City staff who will be implementing the Drainage Plan recommendations. The Comprehensive Plan will consist of a concise summary of the planning process and focus primarily on the recommended improvements and policies. It will also address continuity from the 2009 Plan, and discuss the status of recommendations from the Plan. The CIP will focus on projects that the City could implement over the next 6 years, given anticipated funding, equipment and staff 11/20/2013 Page 8 of 10 resources. Project needs identified, but not listed in the 6-year plan, will be listed as future projects. • Appendices: Supporting information (e.g., model data and cost estimate details) would be provided in appendices for City staff needing specific detail. BC will present the draft Storm Drainage Comprehensive Plan to the Public Works Committee (PWC) and submit the draft for City review. BC will assist the City in providing draft Plans for inter-local agency review. BC will clarify or amend the Comprehensive Plan to incorporate comments produced during draft review. It is anticipated that there will be two draft reviews prior to finalization of the plan. The final plan will be presented to both the PWC and the City Council. Deliverables: • Preliminary Draft Drainage Comprehensive Plan (four hard copies plus PDF) • Public Review Draft Drainage Comprehensive Plan (ten hard copies plus PDF) (Plus 15 copies of the Executive Summary with a CD of the draft plan) • Final Drainage Comprehensive Plan (Eight hard copies plus PDF) Assumptions: • One preliminary draft Drainage Plan will be prepared. • • One public review draft Drainage Plan will be prepared. • The draft Drainage Plans will be submitted to a maximum of three reviewing parties:the City, stakeholders, and regulator reviewers. • One workshop will be held with the City to present the draft Drainage Comp Plan. • One final Drainage Comp Plan will be prepared. • BC will attend two PWC meetings and one City Council meeting Information to be provided by the City: • The City will compile review comments, resolve any conflicting comments, and provide BC with a single set of comments on the preliminary and public review drafts. Task 9 - Prepare Pipe Criticality and CMMS Integration Plan BC will provide assistance in defining an approach and requirements for implementing the previously developed pipe criticality analysis methods in the City's Cartegraph computerized maintenance management system (CMMS). BC will perform this in two stages, 1) defining the system requirements through a workshop, and 2) drafting a System Requirements Specification detailing the requirements in a form that is actionable for a Cartegraph implementer while providing traceability for the city to confirm the changes were performed in the expected manner. Subtask 9.1 Requirements Definition Workshop BC will conduct an initial requirement definition workshop with the City to outline the business and technical requirements that must be met in order for the Cartegraph system to effectively allow City employees to access and use the Pipe Criticality information. 11/20/2013 Page 9of10 Subtask 9.2 System Requirements Specification BC will collect and analyze the information gathered during the initial workshop and draft a System Requirements Specification that outlines the system requirements document. BC will work with City staff to review the requirements and tailor them to represent the City's needs. BC will then provide a final System Requirement Specification that can be used by the City to facilitate the identification and retention of a qualified Cartegraph implementer. Deliverables: • A System Requirements Specification detailing the requirements to a pipe criticality analysis component within the City's existing CMMS Assumptions: • The City will arrange for appropriate staff to attend meetings (M&O staff who use the CMMS • and criticality model, planning staff, IT staff who "own" Cartegraph, and someone who can provide feedback on what the City is or is not willing to pay for an Asset Management Module from Cartegraph). • BC is not required to purchase Cartegraph. • No updates to the existing pipe criticality model are included in this work. • BC is not responsible for changes to the City's Cartegraph database or software. • BC staff will attend one on-site workshop not to exceed 3 hours in length • A maximum of 3 revisions will be made to the System Requirement Specification • This work will be summarized in the final Drainage Comp Plan, but the implementation plan will not be included as an appendix. Information to be provided by the City: • Asset management goals related to pipe criticality. • • • 11/20/2013 Page 10 of 10 EXHIBIT B FEE SCHEDULE • Auburn;City of(WA)—Auburn Drainage Plan Update - Phase Phase Description Total Effort 001 Project Management $32,200.00 002 Evaluate Storm Drainage Utility Policies $17,050.00 003 Problem Identification and Evaluation $114,439.00 004 Develop Capital Improvements Projects $71,643.00 005 Document existing Maintenance&Operations Program $14,007.00 006 Staffing Plan $10,490.00 007 Financial Plan $8,229.00 008 Prepare Comprehensive Drainage Plan $59,585.00 009 Prepare Pipe criticality&CMMS Integration Plan $18,628.00 GRAND TOTAL $346,271.00 Comprehensive Storm Drainage Plan Update Budget 2013 $175,000.00 2014 $175,000.00 TOTAL $350,000.00 E Ayr eerily' INV.n."-L.-vyu 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. • Internal 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.: PR562). • 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 Of 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`h • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-440 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-C-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 Carla 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, Principal in Charge 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 Electrical Consulting, Electrical Engineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,000.00 Moving Company, Moving Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multiplier $ 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 Expended 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% 1,500.00 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 1/10/01 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-440 Page 2 of 2 • AMENDMENT #1 TO AGREEMENT NO. AG-C-440 BETWEEN THE CITY OF AUBURN AND BROWN & CALDWELL RELATING TO.COMPREHENSIVE STORM WATER DRAINAGE PLAN.UPDATE THIS AMENDMENT is made and entered.into this 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 BROWN & CALDWELL (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG-C-440 executed on the 6'" day 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-440 executed on the 6th day of December, 2013 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. BROWN & CALDWELL. • • CITY OF AUBURN. ByitaiLdidd alb J l(aY1C-��-{{// I JIU l'J Authorized sigCtur: ancy Baq(us, Mayor ATTEST (Optional): ATTEST: (V1 By: k!/ "-- • . Its: Danielle/E. Daskam, Auburn City Clerk • • Approved as to form (Optional): Appro ed aS to •r.• Sa -`r A Attorney for (Other Party) Dan B. Heid,' m City A or • Amendment No. 1 for Agreement No.AG-C-440 Brown &Caldwell Page 1 of 1 AU'CITY F - 9 Nancy Backus, Mayor WASHINGTON AS 25 West Main Street* Auburn WA 98001 -4998 * www.auburnwa.gov * 253 -931 -3000 December 16, 2014 Nathan Foged Brown & Caldwell 701 Pike Street, Suite 1200 Seattle, WA 98101 RE: Amendment No. 1 to Agreement for Professional Services, AG -C -440 Comprehensive Stormwater Drainage Plan Update Dear Mr. Foged: Enclosed please find an executed copy of the above - referenced Amendment No. 1. This amendment is for a time extension only and extends the term of the agreement to December 31, 2015. 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 -5060. Sincerely, 7 Tim Carlaw Storm Drainage Engineer Community Development & Public Works Department TC /ja /mt Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG -C -440 AUBURN* MORE THAN YOU IMAGINED A- �- \ AMENDMENT #1 TO AGREEMENT NO. AG -C-440 BETWEEN THE CITY OF AUBURN AND BROWN & CALDWELL RELATING TO COMPREHENSIVE STORMWATER DRAINAGE PLAN UPDATE THIS AMENDMENT is made and entered into this 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 BROWN & CALDWELL (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C -440 executed on the 6'" day 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 -440 executed on the 6`h day of December, 2013 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. BROWN & CALDWELL CITY OF AUBURN By: Authorized sig ture ancy Ba s, ?Mayor ATTEST (Optional): ATTEST, /� By: �(.�>�tiC ZL64--l!^-� Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appjs t f Attorney for (Other Party) Daniel B. Heid, Auburn City Attorney -- Amendment No. 1 for Agreement No. AG -C -440 Brown & Caldwell Paqe 1 of 1 AMENDMENT #2 TO AGREEMENT NO. AG -C-440 BETWEEN THE CITY OF AUBURN AND BROWN & CALDWELL RELATING TO COMPREHENSIVE STORMWATER DRAINAGE PLAN UPDATE THIS AMENDMENT is made and entered into this�3 °j day oC-- -v , 2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Wathington (hereinafter referred to as the "CITY "), and BROWN & CALDWELL (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C-440 executed on the 61h day of December 2013 and amended by agreement dated the 51" of December, 2014. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the term of the Agreement. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: See Exhibit B, Fee Schedule, which is attached hereto, and by this reference made part of this Amendment. 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 -440 executed on the 6" day of December, 2013 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. BROWN & CALDWELL CITY OF AUBURN By: Authoriz signature Nanc' y Bac s, qVrayor ATTEST (Optional): ATTEST: By_ / <_J� Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approved as to form: \Nl =K- h= Attorney for (Other Party) Danie . Heid, Auburn bty Attorney Amendment No. 2 for Agreement No. AG -C -440 Brown & Caldwell Paae 1 of 1 Brown AND Caldwell Brown and Caldwell City of Auburn Projects Summary Hourly Rate List 2/4/2015 EXHIBIT B NOTES Rate List setup with a multiplier of 13 Subconsultant markup of 3% No APC added green highlight denotes a capped rate Name Ales, Margaret Title Senior En ineer 2015 Hdurl Rate $ 130.12 Anderson, Steve Senior Vice President $ 231.00 Baker, Leslie Project Analyst III $ 89.03 Bard, Ronald Managing Engineer $ 241.99 Billing, Brandon Senior Engineer $ 131.27 Boyle, Courtney Senior Engineer $ 133.19 Breeden Jessica Pro'ect Accountant II $ 81.31 Bucha, James lVice President $ 257.43 DeBoer, Matthew Senior Engineer S 148.67 Dickerson, Jessica Pro ect Analyst III $ 96.43 Diessner, Damon Managing Scientist $ 231.00 Doten, Colleen Senior Engineer $ 145.17 Draheim, Daniel Technical Writer $ 100.42 Fo ed, Nathan Supervising Engineer $ 192.23 Foy, Carrie A Accountant 1 $ 76.69 Fuchs, Valerie Engineer III $ 118.24 Gage, Eva D Project Coordinator II $ 81.58 Guerette Jessica Principal Engineer $ 189.35 Jacobsen, Robert Principal Engineer $ 165.03 Kansakar, Pratistha Engineer II $ 97.94 Kreider, Tiffany Project Analyst III $ 89.36 Lawler, Amanda Engineer II $ 94.81 Leavitt, Moe Senior Engineer $ 147.64 Lee, James A Project Analyst 1 $ 74.78 McKelvey, Ian Principal Engineer $ 146.62 Melton, Erin PA Manager 1 $ 112.60 Merrill, Steve Vice President $ 250.57 Milne, Ellen Lead Illustrator $ 119.00 Milne, Mike Chief Scientist $ 257.04 Mobley, William Principal Engineer $ 147.18 Neal, Amy Principal Engineer $ 157.61 O'Neal, Michael Managing Engineer $ 226.15 Ong, Hue D Principal Designer $ 136.06 Pare, Wendy M Supervisor, Word Processing $ 99.59 Park, Sharonne Senior Scientist $ 116.92 Paulson, Joel Supervising Engineer $ 187.70 Robinson, Brent En ineer III $ 111.08 Rowin Nancy G Project Analyst 11 $ 90.35 Rundall, John Managing Engineer $ 231.00 Saltanovitz, Katherine Senior Engineer $ 142.79 Schneider, Douglas Managing Engineer $ 234.23 Turk, Jonathan N Principal Geol /H dro eolo ist $ 160.55 Twenter, Justin Principal Engineer $ 164.97 Weber, Patrick Senior Engineer $ 137.35 Wilcox, Shirle Word Processor IV $ 87.91 Wood, Kirsten Engineer 11 $ 102.10 CITY OF -* Nancy Backus, Mayor WASH I NGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 16, 2015 Nathan Foged Brown & Caldwell 701 Pike Street, Suite 1200 Seattle, WA 98101 RE: Agreement for Professional Services, AG-C-440 Comprehensive Stormwater Drainage Plan Update Dear Mr. Foged: This letter is to inform you that the above-referenced Agreement for Professional Services is being closed at this time. Our records indicate that we processed the final payment for this agreement on November 24, 2015, for invoice#14254580 in the amount of $8,846.18. If you feel that this Agreement for Professional Services should not be closed, or if there are any outstanding invoices, please inform me by December 23, 2015. Thank you for your firm's professional services. If you should have any questions, feel free to give me a call at 253-804-5060. Sincerely, Tim Carlaw Storm Drainage Engineer Community Development & Public Works Department TC/cw/as cc: City Clerk AG-C-440 AUBURN * MORE THAN YOU IMAGINED