Loading...
HomeMy WebLinkAboutAG-C-438 Brown and Caldwell AGREEMENT FOR PROFESSIONAL SERVICES AG-C-438 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 $303,679.00. 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-438 November 25, 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-438 November 25, 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-438 November 25, 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-438 November 25, 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-438 November 25, 2013 Page 5 of 14 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-438 November 25, 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-438 November 25, 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-438 November 25, 2013 Page 8 of 14 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 Justin Twenter 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: Robert Elwell Attn: Justin Twenter 25 W Main Street 701 Pike Street, Suite 1200 Auburn WA 98001 Seattle, WA 98101 Phone: 253.931.4008 Phone: 206.749.2231 E-mail: relwell @auburnwa.gov E-mail: jtwenter @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-438 November 25, 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-438 November 25, 2013 Page 10 of 14 CI' Y OF AU;,04 "OP Peter B. Lewis, Mayor Date DEC F 2013 ATTEST: Danielle E. 'askam, City Clerk APPROVED AS TO FORM: D?°el B. Heid, City Attorney BROWN AND CAALLLDWELL BY: C/ L Title: + LE f ` SIO T ' ` Federal Tax ID # 94- ILP � /( 3'46 • Agreement for Professional Services AG-C-438 November 25, 2013 Page 11 of 14 EXHIBIT A SCOPE OF WORK See Attached Exhibit A Agreement No.AG-C-438 Page 1 of 1 EXHIBIT A SCOPE OF SERVICES CITY OF AUBURN COMPREHENSIVE SEWER 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 Sewer Plan (Sewer Comp Plan).The Sewer Comp Plan update will guide the operation, maintenance, and improvements of the City's extensive sewer system. Upon completion of this project, the updated Sewer Comp Plan will meet the requirements of the Washington State Department of Ecology(Ecology), as set forth in Washington Administrative Code (WAC) 173-240-050. Project Tasks This project will consist of the following core tasks: • Task 1. Manage Project • Task 2. Update System Background Information • Task 3. Evaluate Sanitary Sewer Utility Policies • Task 4. Perform Hydrologic and Hydraulic Modeling • Task 5. Evaluate System • Task 6. Develop Capital Improvement Program • Task 7. Plan for Sewer Extensions • Task 8. Document Existing Maintenance and Operations Program • Task 9. Financial Analysis Assistance • Task 10. Prepare Comprehensive Sewer Plan • Task 11. Prepare Pipe Criticality and CMMS Integration Plan The activities, deliverables, and assumptions associated with each task are described in detail below. Task 1. Manage Project The BC project manager will manage the staff, budget, and schedule during completion of the Sewer Comp Plan.The BC project manager will ensure that quality control is performed throughout the project, including peer and senior review for technical and qualitative aspects of the project. The project manager will coordinate biweekly conference calls or project status updates with the City's Project Manager. The BC and City project managers will participate in two progress workshops during the course of the project.These workshops will occur at about 40 percent and 80 percent of project completion. The workshops may involve more than the BC and City project managers, and will be an opportunity to (a) summarize the work to date for input and comment, (b) make key project decisions, and (c) plot out any course corrections, if needed. An invoice and summary of work by task will be prepared monthly. As necessary,the project schedule will be updated and distributed. 11/20/2013 Page 1 of 14 Information Provided by City The City will provide the following information under Task 1: • N/A Assumptions • Task 1 will be performed under the following assumptions: • The BC project manager will attend two progress workshops with the City Project Manager. The meetings will be held at BC's Seattle office. • Conference calls or status updates will be held on a biweekly basis. • Assumed project duration is up to 18 months. Deliverables The following deliverables will be developed under Task 1: • Monthly project status reports • Monthly invoices Task 2. Update System Background Information Ecology requires system background information as part of the Sewer Comp Plan. This task will focus on updating the following chapters of the existing Sewer Comp Plan, which summarize the City's existing wastewater collection system,system history, service areas, applicable regulations, and policies: • Chapter 2: Background • Chapter 3: Wastewater System Policies • Chapter 4: Description of Existing System BC understands that some of this information may not have changed since completion of the 2009 Sewer Comp Plan; therefore, the focus of this task will be to work with City staff to update this information rather than recreate what the 2009 Sewer Comp Plan included. Specific work as part of this task includes: • Document background information on the City's wastewater system, including history, ownership, management, geography, relationship to the King County Wastewater Treatment Division, neighboring systems such as those owned and operated by the City of Bonney Lake,the City of Pacific,the City of Algona, Lakehaven Utility District, the City of Kent, Soos Creek Water and Sewer District, and the Muckleshoot Utility District, overview of existing facilities, complaints, service area, and land use. • Identify and document revisions to existing applicable regulations and policies, including sewer ordinances, development guidelines, service area policies, conditions of service, relevant regional programs, and Ecology guidance and requirements. BC will work with the City to update existing policies (see Task 3). • Document the City's agreements and coordinate with King County and other neighboring utilities. • Discussion of King County treatment and conveyance point(s) such as County owned-pump stations to County treatment system, including planned upgrades to that system outlined in the County's Conveyance System Improvements plan. 11/20/2013 Page 2 of 14 • Describe the City's Pre-treatment program. Including existing facilities, O&M, future improvements, recordkeeping, etc. Facilities described will include commercial (grease interceptors)and industrial pre-treatment facilities. • Document the City's support of King County's reclaimed water program. This will include recent efforts the City has performed since the last Sewer Comp Plan.. • Compilation of design and construction standards, to be included as an appendix. • Describe nearby water systems per state planning requirements. • Identify and document existing system problems.This includes reviewing City complaint records/database and recording anecdotal information from City staff. Subtasks Required For This Task: • 2.1 Kickoff Meeting • 2.2 Collect Background Information • 2.3 Interviews with City Staff • 2.3 Update Chapters 2, 3, and 4 of the Existing Sewer Comp Plan Information Provided by City Changes to the following information since the existing Sewer Comp Plan was completed include: • Applicable background information (e.g., potential annexation areas, sanitary sewer service area, etc.) • Any related planning documents (e.g., neighboring utility plans, City Comprehensive Plan, existing land use plans, etc.) • Changes to existing service area agreements and policies, design and performance standards, and sewer development guidelines • Existing City ordinances and policies • Existing and planned zoning • Agreements with King County and other neighboring jurisdictions. Assumptions Task 2 will be performed under the following assumptions: • Three BC staff members will attend a 1-hour project kickoff meeting in Auburn. • BC staff will conduct interviews with City staff to identify necessary updates to system background information. Deliverables The following deliverables will be developed under Task 2: • Information generated from this task will be included in the updated Sewer Comp Plan. Task 3. Evaluate Sanitary Sewer Utility Policies The 2009 Sewer Comp Plan included Levels of Service (LOS), which are generally defined as the specific goals or objectives for utility management.The LOS should directly relate to City policies. In Task 3, BC will work with City staff to review the LOS included in the 2009 Sewer Comp Plan, identify policy revisions necessary to support City LOS decisions, and identify the potential impact of 3rd 11/20/2013 Page 3 of 14 party(e.g. King County) policies on the City's cost to operate or improve the City's system to meet LOS objectives. In addition, BC and City staff will review City policies with the aim of developing new LOS. For example, BC understands that the City is interested in establishing an LOS to address sewer extensions, so this will be reviewed as part of this task. Evaluation of policies, and establishing LOS, are considered important for use in developing the Sewer Comp Plan. The policies will be presented to the City's Public Works Committee (PWC) and city council members for consideration. BC understands this presentation should occur early in the Sewer Comp Plan development. Subtasks Required For This Task: • 3.1 Meeting with City to Discuss existing and Proposed Policies • 3.2 Level of Service and Policy Review • 3.3 Develop LOS/Policy Alternatives and Recommendations • 3.4 Prepare Draft Policy Document for Presentation to PWC • 3.5 Attend PWC Meeting • 3.6 Prepare Final Policy Document Information Provided by City The City will provide the following information under Task 3: • Current LOS for the sewer utility • Current City policies related to potential LOS (e.g., sewer extension policies) Assumptions Task 3 will be performed under the following assumptions: • Two BC staff members will meet with City staff to discuss existing and proposed policies. • One BC staff member will attend one PWC meeting. • The City will review the draft policy document once, and will provide a single set of review comments to BC. All conflicting review comments will be resolved by the City prior to delivery to BC. Deliverables The following deliverables will be developed under Task 3: • Draft policy document for presentation to the PWC • Final policy document for presentation to the PWC, and inclusion in the Sewer Comp Plan Task 4. Perform Hydrologic and Hydraulic Modeling BC will update the City's DHI MIKE URBAN model using recent information, and perform modeling to simulate existing and future system flows.The MIKE URBAN model was initially prepared for the 2009 Sewer Comp Plan, but the calibrated model was limited by the small amount of available flow monitoring data. King County has since conducted flow monitoring at 19 locations within the Auburn system or within King County pipes within the city limits. These additional monitoring data will allow for a robust calibration in this task and the calibrated model will be used to (a) update our understanding of any near-term or future capacity shortfalls and (b) optimize any necessary sewer 11/20/2013 Page 4 of 14 capacity improvements. The modeling will consider inputs to the system from neighboring utilities, specifically the Muckleshoot Utility District and the City of Bonney Lake, and the anticipated hydraulic conditions of King County owned trunk lines into which the City's lines discharge. 4.1 Existing Conditions The 2009 Sewer Comp Plan model was constructed using information available in 2008. Developments and sewer connections that occurred after this date will be incorporated into the model update for this project.The City's most up-to-date GIS will be used to confirm pipe lengths, slopes, invert elevations, material, and rim elevations in the model. Any discrepancies between the model and GIS will be resolved by updating the model information. The delineation of model basins will be revisited during this analysis and adjusted, if necessary, to conform to available data, coordinate with points of interface with the King County regional system, or fulfill City objectives. BC understands that King County collected flow monitoring data in its conveyance system near Auburn as part of its Decennial Monitoring Program. These monitoring data will be used to refine the calibration of the City's model, and adjust parameters as necessary. Calibration involves comparing modeled flows to actual observed flows from the monitoring data. Model adjustments will be made to achieve a reasonable match between simulated and observed flows. Adjustments include refining roughness values and infiltration and inflow (I/I), and resolving connectivity and pipe slope issues. The model will be calibrated first for dry weather conditions and then for observed (monitored) wet weather events. Calibration will also incorporate SCADA data collected from City pump stations, as needed. BC will summarize results from the existing-conditions models to prepare the following: • Current population and wastewater flow characteristics • I/I rates Subtasks Required For This Task: • 4.1.1 Retrieve Data for Model Update • 4.1.2 Update Model Network • 4.1.3 Develop Existing Condition Flows - Calibrate Model • 4.1.4 Summarize existing Condition Model Results • 4.1.5 Meeting with City - Existing Conditions Information Provided by City The City will provide the following information under Subtask 4.1: • Current GIS information including sanitary sewer pipes, manholes, and other structures. • Data for recent land developments. • SCADA data for pump stations, including pump on/off times and corresponding wet well levels. • Known capacity deficiencies in the collection system. Examples include, but are not limited to, formal complaints from customers or anecdotal observations from City staff. This information will be used in model calibration. Assumptions Subtask 4.1 will be performed under the following assumptions: • BC has retrieved the King County flow monitoring data. 11/20/2013 Page 5of14 • Existing populations and employment will be estimated with data from the Puget Sound Regional Council (PSRC). • BC will not translate information from as-built/record drawings to GIS or the model. • BC will not develop any GIS data as part of this task. •' Two BC staff members will attend a workshop with the City to present the modeling findings. Deliverables The following deliverables will be developed under Subtask 4.1: • BC will provide updated, calibrated existing-conditions model files to the City. • Tabular listing of flow statistics for existing conditions. 4.2 Future Conditions Once the existing-conditions model is updated and calibrated, a future-conditions model will be created.The future-conditions model will be created to estimate flows for the 6-year and 20-year planning horizons. Changes to the model will include wastewater demands for new population and employment forecasts, assumed I/I quantities for new development and, if appropriate, changes in I/I quantities for the existing sewer system (e.g., proactive maintenance programs that reduce I/I • over time). BC will summarize results from the future-conditions models to prepare the following: • Future population and wastewater flow characteristics • Future I/1 rates • 6-year and 20-year future wastewater flow projections Subtasks Required For This Task: • 4.2.1 Develop Future Condition Flows • 4.2.2 Summarize Future Condition Model Results • 4.2.3 Meeting with City - Future Conditions • 4.2.4 QA/QC Model Analysis • 4.2.5 Prepare Files for Delivery to City Information Provided by City The City will provide the following information under Subtask 4.2: • Relevant planning projections for the City's Urban Growth Area (UGA), which will include anticipated population/employment changes Assumptions Subtask 4.2 will be performed under the following assumptions: • Future populations and employment will be estimated with data from the PSRC. • Two BC staff members will attend a workshop with the City to present the modeling findings. Deliverables The following deliverables will be developed under Subtask 4.2: 11/20/2013 Page 6 of 14 • BC will provide the future-conditions model files to the City. • Tabular listing of flow statistics for future conditions. Task 5. Evaluate System Hydraulic Capacity BC will conduct modeling runs for existing and future conditions to identify capacity shortfalls during peak dry weather flows and peak wet weather flows at defined LOS. BC will analyze the model results and will identify the apparent causes of capacity deficiencies. The model will be used to evaluate proposed improvements for conveying flows in accordance with the City's LOS, for existing and future scenarios. If there are capacity shortfalls, BC will work with Auburn's Project Manager to identify sewer improvement alternatives. These improvements may include flow diversions and construction of parallel relief sewers, I/I reduction through sewer rehabilitation, and the replacement of existing sewers with larger pipes. Sewer improvement alternatives will be evaluated and proposed facilities will be sized using the MIKE URBAN model. Sewer age and materials of construction will also be analyzed segment by segment and will be taken into account to determine and prioritize potential system improvements. Detailed design and items (e.g., right-of-way issues, utility conflicts, etc.) are not included in this task. Subtasks Required For This Task: • 5.1 Identifying Capacity Deficiencies - Existing and Future • 5.2 Summarize (Tables and Figures) Capacity Deficiencies • 5.3 Meeting with City to Discuss Capacity Deficiencies • 5.4 Identifying Recommended Improvements • 5.5 Summarize(Tables and Figures) Recommended Improvements Information Provided by City The City will provide the following information under Task 5: • Preferred methods for addressing capacity shortfalls (e.g., increased pipe size, pump stations, I/I reduction, etc.) Assumptions Task 5 will be performed under the following assumptions: • Two BC staff members will attend a workshop with the City to present deficient locations and identified correction methods. Deliverables The following deliverables will be developed under Task 5: • Tables and figures identifying sewer capacity deficiencies for existing and future planning scenarios • Tables and figures identifying recommended sewer capacity improvements to address deficiencies for existing and future planning scenarios Task 6. Develop Capital Improvement Program BC will work with City staff to develop a Capital Improvement Program (CIP) consisting of projects based on the proposed LOS and modeling results. The CIP development will include those projects 11/20/2013 Page 7 of 14 included in the existing Sewer Comp Plan, but not yet constructed.The CIP will focus on measures that the City could implement within the next 6 years given anticipated funding and staff resources. BC will integrate the information gathered in the previous phases of the project to develop alternative projects for the City. BC expects that these types of projects will range from spot improvements that can be addressed by City crews to larger improvements that will require engineering design and construction. BC will evaluate the current CIP for relevance to identified problems. Those current CIP projects deemed unnecessary will be given lower priority and retained only if they remain in the scope of available funding, and the remainder will be prioritized and updated as needed. BC will prepare a concise summary and planning-level cost estimates for each CIP.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. Assuming that the CIP is implemented over a period of six years, the level of detail included in the cost estimates will provide the City with the necessary information 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 evaluation. Subtasks Required For This Task: • 6.1 Develop Projects for CIP • 6.2 Prepare Project Summaries and Cost Estimates • 6.3 Meeting with City to Discuss Draft CIP • 6.4 Incorporate City Comments and Prepare Final CIP Information Provided by City The City will provide the following information under Task 6: • Bid tabulations for recent sewer projects. BC will incorporate the bid tabulation data into its unit cost estimates for this project. • Current CIP with constructed projects identified. • Anticipated City funding and staff resources,for use in determining the project implementation capacity for the CIP. Assumptions Task 6 will be performed under the following assumptions: • The improvement schedule will be determined based on a specific time frame and flow that triggers the identified improvements. • Improvement program cost estimating will be limited to preliminary planning-level cost estimates based on recent City and BC experience, with appropriate allowances for project contingencies and unknowns. • For the existing system, the improvement program is limited to capital projects (will not include administrative, policy, and operational changes). • BC's budget for this project assumes up to 10 projects will be included in the CIP. • Pump station condition assessment is not included 11/20/2013 Page 8 of 14 • Two BC staff members will attend a workshop with the City to present the CIP. • The City will review the draft CIP 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 not included in the CIP, because they are not anticipated to be constructed in the next 6 years, will be summarized in tabular form for presentation in the Plan Update. Deliverables The following deliverables will be developed under Task 6: • Draft CIP for inclusion within the Sewer Comp Plan • Final CIP for inclusion within the Sewer Comp Plan • Draft summary project sheets for each proposed sewer improvement • Final summary project sheets for each proposed sewer improvement • Draft planning-level cost estimates for each proposed sewer improvement • Final planning-level cost estimates for each proposed sewer improvement Task 7. Plan for Sewer Extensions BC will review current sewer extension plans and work with the City to identify new areas for possible sewer extensions. BC will identify possible methods for extension of sewer service to currently un- served locations using the updated GIS and newly calibrated hydraulic models. Potential extensions will also be evaluated with respect to the Growth Management Act (GMA),the City's agreement with King County for service, or other applicable policies. This task will be an iterative process between Task 3: Evaluate Sanitary Sewer Utility Policies; Task 4: Perform Hydrologic and Hydraulic Modeling;Task 5: Evaluate System; and Task 6: Develop Capital Improvement Program. A plan identifying where sewer extensions will occur, and how the City will serve these areas, will be prepared.The plan will include proposed sewer main locations and size. This plan will describe potential sewer extensions included in the CIP and those not included in the CIP. Subtasks Required For This Task: • 7.1 Meeting with City to discuss Sewer Extensions • 7.2 Prepare Proposed Sewer Extensions • 7.3 Draft Sewer Extension Plan • 7.4 Final Sewer Extension Plan • Information Provided by City The City will provide the following information under Task 7: • Existing sewer extension policies, plans, and procedures. Assumptions Task 7 will be performed under the following assumptions: • One workshop will be held with the City to identify sewer extension possibilities and constraints for undeveloped areas. • The budget assumes 72 hours of engineering effort for planning sewer extensions. 11/20/2013 Page 9 of 14 • The City will review the draft sewer extension plan 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. Deliverables The following deliverables will be developed under Task 7: • Draft sewer extension plan • Final sewer extension plan Task 8. Document Existing Maintenance and Operations Program BC will document the City's wastewater system maintenance and operations (M&0) programs.The M&O organization and procedures will be documented for future reference. The City will provide BC with all available existing documentation detailing its M&O procedures. In addition, BC will conduct interviews with staff members to understand their procedures. Items that may be included in this review are: • Documenting gravity sewer inspections and cleanings • Documenting work order methods • Documenting pump station maintenance • Documenting force main inspections, cleaning, valve maintenance, etc. • Documenting equipment maintenance Subtasks Required For This Task: • 8.1 Interviews (2) with City Staff • 8.2 Draft M&O Plan • 8.3 Final M&O Plan Information Provided by City The City will provide the following information under Task 8: • System operation, maintenance, and control, including routine operations, preventive maintenance, inventories of equipment and supplies, and related information • O&M budgets and level-of-effort estimates for routine field activities • Documentation of existing cross-connection control program Assumptions Task 8 will be performed under the following assumptions: • No new M&O procedures will be generated. • No staffing plans will be generated. • Work is limited to compiling and memorializing existing procedures. • Two meetings (interview sessions) will be held with City staff. • The City will review the draft M&O document once, and will provide a single set of review comments to BC. All conflicting review comments will be resolved by the City prior to delivery to BC. 11/20/2013 Page 10 of 14 Deliverables The following deliverables will be developed under Task 8: • Draft M&O document • Final M&O document, to be included in the final Sewer Comp Plan Task 9. Financial Analysis Assistance The purpose of this task is to summarize the City's total cost of providing wastewater service, assurances the utility improvement schedule will be implemented, and established fees for service. The City will lead this task and develop the Financial Chapter of the Sewer Comp Plan. BC will support the City byincorporating the City's work into the Sewer Comp Plan. The chapter will include historical financial performance review, capital facilities charge update, capital financing plan, operatingforecast, revenue needs assessment.This task will update Chapter 8 - Finance of the existing Sewer Comp Plan. Subtasks Required For This Task: • 9.1 Meeting with City to Discuss Updated Capital Projections • 9.2 Final Update of Ch. 8 (by City of Auburn) Information Provided by City The City will provide the following information under Task 9: • The City will provide the draft and final financial chapter for inclusion in the Sewer Comp Plan. Assumptions Task 9 will be performed under the following assumptions: • The City will perform the financial analysis and develop the update to existing Chapter 8 of the Sewer Comp Plan. • The City will submit the draft and final chapters to BC a minimum of 5 working days prior to BC delivered draft and final Sewer Comp Plan submittals to the City. • Three BC staff members will attend a workshop with City staff to provide the CIP, implementation schedule, and other background information necessary for the City to prepare the financial section of the Sewer Comp Plan. Deliverables The following deliverables will be developed under Task 9: • BC has no deliverables under Task 9. Task 10. Prepare Sewer Comprehensive Plan BC will use the results of the preceding tasks to prepare a preliminary draft Sewer Comprehensive Plan document for City staff 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 Sewer Comp Plan contents. • Executive Summary:The intended audience is the Mayor, Planning Commissioners, City Council, and key stakeholders.The executive summary provides policy perspective, general technical 11/20/2013 Page 11 of 14 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 Sewer Comp Plan contents.The Comprehensive Plan will consist of a concise summary of the planning process and focus primarily on the recommended improvements and policies. The CIP will focus on projects that the City could implement over the next 6 years, given anticipated funding and staff resources. Project needs identified, but not listed in the 6-year plan, will be listed as future projects. This proposed implementation of improvements and policies will update the implementation presented in the existing Sewer Comp Plan. • Appendices: Supporting information (e.g., model data and cost estimate details)would be provided in appendices for City staff needing specific detail. After revising to address staff comments, BC will prepare a public review draft suitable for presentation to the Planning Commission, City Council, or other stakeholder groups as appropriate. City staff will present the plan to the Planning Commission and City Council. BC will work with City staff to help address comments. BC will then prepare the final version of the Sewer Comprehensive Plan. Subtasks Required For This Task: • 10.1 Prepare Preliminary Draft • 10.2 City of Auburn 1 week review period 7 pre workshop • 10.3 Workshop with City to Present Draft Plan • 10.4 City of Auburn 1 week review period • 10.5 Address City Comments on Preliminary Draft • 10.6 Prepare Public Review Draft • 10.7 Public/Agency Review Period (90 days) • 10.8 Address Comments on Public Review Draft • 10.9 Prepare Final Plan Information Provided by City The City will provide the following information under Task 10: • The City will compile review comments from reviews, resolve any conflicting comments, and provide to BC a single set of comments. Assumptions Task 10 will be performed under the following assumptions: • One preliminary draft Sewer Comp Plan will be prepared. • One public review draft Sewer Comp Plan will be prepared. • The draft Sewer Comp 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 Sewer Comp Plan. One final Sewer Comp Plan will be prepared. • City will complete the formal SEPA process as part of the plan development. 11/20/2013 Page 12 of 14 Deliverables The following deliverables will be developed under Task 10: • Preliminary Draft Sewer Comprehensive Plan (four hard copies plus PDF) • Public Review Draft Sewer Comprehensive Plan (six hard copies plus PDF) (Plus 20+/- Exec Summary w/CD of draft) • Final Sewer Comprehensive Plan (Eight hard copies plus PDF) Task 11. 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 configuration requirements through a workshop, and 2) drafting a System Configuration 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. 11 a Requirements Definition Workshop BC will conduct a an initial requirement definition workshop with the City to outline the business and technical requirements that must be met in order for Cartegraph system to effectively allow City employees to access and use the Pipe Criticality information. 11 b Draft System Configuration Specification BC will collect and analyze the information gathered during the initial workshop and draft a System Configuration Specification that outlines the required system configuration. 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 Configuration Specification that can be used by the City to facilitate implementation by a qualified Cartegraph implementer, which could include City staff. Subtasks Required For This Task: • 11.1 Requirements Definition Workshop • 11.2 Draft and Final SRS Information Provided by City The City will provide the following information under Task 11: • Asset management goals in regards to pipe criticality implementation Assumptions Task 11 will be performed under the following 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. • 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 Sewer Comp Plan, but the implementation plan will not be included as an appendix. 11/20/2013 Page 13 of 14 Deliverable The following deliverable will be developed under Task 11: • A System Configuration Specification detailing the requirements of a pipe criticality analysis component within the City's existing CMMS 11/20/2013 Page 14 of 14 EXHIBIT B FEE SCHEDULE Auburn,Cityof(WA)—Auburn Sewer Comp Plan Update • Phase Phase Description Total Effort 001 Manage Project 38,223.00 002 Update System Background Information 20,131.00 003 Evaluate Sanitary Sewer Utility Policies 24,202.00 004 Perform Hydrologic and Hydraulic Modeling 56,896.00 005 Evaluate System 21,423.00 006 Develop Capital Improvement Program 31,490.00 007 Plan for Sewer Extensions 18,272.00 008 Document Existing Maintenance and Operations Program 15,270.00 009 Financial Analysis Assistance 6,459.00 010 Prepare Comprehensive Sewer Plan 49,282.00 011 Prepare Pipe Criticality and CMMS Integration Plan 17,031.00 012 Other Direct Costs 5,000.00 GRAND TOTAL 303,679.00 Sewer Comprehensive Plan Update Budget 2013 75,000.00 2014 275,000.00 TOTAL 350,000.00 Exhibit B Agreement No. AG-C-438 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 (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-C-438 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-438 • Page 2 of 2 AMENDMENT #1 TO AGREEMENT NO. AG -C-438 BETWEEN THE CITY OF AUBURN AND BROWN & CALDWELL RELATING TO COMPREHENSIVE SEWER PLAN UPDATE THIS AMENDMENT is made and entered into this 5 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-438 executed on the 6th 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 -438 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�1�" Authorized sigrU AancyBa rayor ATTEST (Optional): ATTEST. By. Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approve a to rm: Attorney for (Other Party) Daniel B. Heid, uburn ity Attorney-,__ Amendment No. 1 for Agreement No. AG -C-438 . Brown & Caldwell Page 1 of 1 A CFT g�, TA 1 .II'' �d (j•{ '�.I Nancy Backus, Mayor �J WASHINGTON 25 West Main Street * Auburn WA 98001- 4998 * www.auburnwa.gov * 253- 931 -3000 December 12, 2014 Justin Twenter Brown & Caldwell 701 Pike Street, Suite 1200 Seattle, WA 98101 RE. Amendment No. 1 to Agreement for Professional Services, AG -C -438 Comprehensive Sewer Plan Update Dear Mr. Twenter: Enclosed please find an executed original 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. For the City's tracking and record keeping purposes, please reference AG -C -438 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- 931 -4008. Sincerely, lew Bob Elwell Sewer Utility Engineer Community Development & Public Works Department BE /ja /mt Enclosure cc: Dan! Daskam, City Clerk (copy letter only) AG -C -438 AUBURN* MORE THAN YOU IMAGINED ,A- -; -I�p-q AMENDMENT #2 TO AGREEMENT NO. AG -C -438 BETWEEN THE CITY OF AUBURN AND BROWN & CALDWELL RELATING TO COMPREHENSIVE SEWER PLAN UPDATE THIS AMENDMENT is made and entered into this a3-�0day hingto of �D��u 2015, by and between the CITY OF AUBURN, a municipal corporation of the State of Wa n (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 -438 executed on the 6th day of December 2013 and amended by agreement dated the 51h 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 -438 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 By AuthorizR signature r4ancy Be Mayor ATTEST (Optional): ATTEST: /� By A� ZZ,2.,� Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approved as to form: VAra- , tom_ hn== Attorney for (Other Party) Daniel 1�.-Heid, Auburn Cit Attorney Amendment No. 2 for Agreement No. AG -C -438 Brown & Caldwell Paae 1 of 1 FBrownAND 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 3.3 Subconsultant markup of 3% No APC added green highlight denotes a capped rate Name Ales, Margaret Title Senior Engineer 2015 Houdy* 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 Project Accountant II $ 81.31 Bucha, James Vice President $ 257.43 DeBoer, Matthew Senior Engineer $ 148.67 Dickerson, Jessica Pro'ect Anal st III $ 96.43 Diessner, Damon Mana in 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 $ 14718 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 Engineer III $ 111.08 Rowin, Nancy G Project Analyst II $ 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 isl $ 160.55 Twenter, Justin Principal Engineer $ 164.97 Weber, Patrick Senior En ineer $ 137.35' Wilcox, Shirley Word Processor IV $ 87.91 Wood, Kirsten En ineer 11 1 $ 102.10 cl&se ACITY OF *- -7.� `. T T Il �T Nancy Backus, Mayor - WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 23, 2015 Bob Jacobsen Brown & Caldwell 701 Pike Street, Suite 1200 Seattle, WA 98101 RE: Agreement for Professional Services, AG-C-438 Comprehensive Sewer Plan Update Dear Mr. Jacobsen: 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 September 28, 2015, for invoice #14250481 in the amount of $1,025.24. If you feel that this Agreement for Professional Services should not be closed, or if there are any outstanding invoices, please inform me by January 4, 2016. Thank you for your firm's professional services. If you should have any questions, feel free to give me a call at 253-931-4008. Sincerely, • Bob Elwell Sewer Utility Engineer Community Development & Public Works Department BE/cw/as cc: City Clerk AG-C-438 AUBURN * MORE THAN YOU IMAGINED