Loading...
HomeMy WebLinkAboutAG-C-363 Carollo EngineersANNUAL CONTRACT TASK ASSIGNMENT DOCUMENT AGREEMENT #: AG -C -363 TASK #: CAR -T09 -024 CONSULTANT: Carollo Engineers PROJECT: Supply Source Optimization The general provisions and clauses of the Agreement referenced above shall be in full force and effect for this Task Assignment. Location of Project: City Distribution System Maximum Amount Payable per this Task Assignment: $29.801 Anticipated Completion Date. December 31, 2014 OBJECTIVE In 2012, Tacoma Public Utilities (TPU) agreed to provide the City of Auburn (City) with wholesale supplies from Pipeline 5 (PL5), or the Regional Water Supply System (RWSS). Wholesale supplies may be taken by the City at the B Street NW and 132nd Ave SE Interties. The agreement provides up to 1.0 mgd average day use, 1.8 mgd peak day use, and 1.62 mgd four - day peak use. In 2014, the City negotiated an additional 2.5 mgd average day use and 3.32 mgd of peak day use of supplies. The City would like to identify a cost - effective operating strategy for the combined City -owned and wholesale supplies. The strategy should consider needed rehabilitation and improvements to City sources, energy and other operational costs, and the effects on the distribution system. The City has requested that the InfoWater hydraulic model be used to verify the feasibility of the optimal supply mixes. Tasks The City's multiple supplies provide numerous possible mixes of individual supplies, each with different benefits, challenges, and costs. The supply optimization analysis will evaluate and compare the options using a set of quantitative criteria. Key supply mixes, or "trigger points ", will result in the best solution for a given set of constraints. For example, the trigger point may identify the best supply mix that includes a specific project (i.e., future well capital improvements). Since multiple trigger points will be identified, the analysis will provide a clear understanding of the costs for operating each supply and feasibility of multiple supply mixes. We will use an optimization tool in combination with the InfoWater hydraulic model to identify and verify the trigger points. The optimization tool will be used to evaluate the numerous combinations of supplies and determine the trigger points. The feasibility and the impact on the distribution system of each trigger point will be verified using the City's InfoWater model. Using this information, the City will be able to select the optimal supply mix based on both quantitative and qualitative considerations in a workshop setting. The results of the supply optimization analysis will be documented in a Technical Memorandum (TM). The tasks will include: Task 24 Agreement No. AG -C -363 Page 1 of 3 Data Collection: Develop and submit a request for data. The following data are anticipated to be required: a. Energy costs for individual supply sources. b. Operational or maintenance costs for individual supply sources, excluding energy. c. Overhead costs associated with individual supply sources. d. Qualitative constraints, such as risk of drilling a new well. e. Additional criteria to be considered in ranking supply sources. f. Consultant will provide CIP costs for individual supply sources. 2. Customized Technical Approach: Develop a customized supply optimization approach based on the available data, constraints, and criteria. Establish criteria and bounds and develop the mathematical formula used to rank supply mixes. Determine an appropriate optimization method and select the optimization tool. Conduct a conference call with City staff to expand and clarify bounds and weight criteria to finalize the approach. Cost is expected to be the largest factor in the supply optimization. 3. Supply Optimization: Conduct the supply optimization using a selected optimization tool and InfoWater. Determine bounds and trigger points for the City's system based on cost and other considerations. Evaluate up to 20 trigger point scenarios in InfoWater to verify the feasibility and impacts of supply mixes. 4. Supply Strategy Workshop: Facilitate a supply strategy workshop for City staff to select an optimal supply mix. Prepare meeting materials to summarize results of the supply optimization. Document the activities of the workshop in meeting minutes. 5. Draft and Final TM: Prepare a short TM based on the material from the Supply Strategy Workshop. Submit Draft TM to City for review and comment. Incorporate comments into a Final TM. Provide two bound hard copies, one camera -ready hard copy, and an electronic copy of the Final TM. 6. Kickoff - Meeting/ Project Management: Conduct a kick -off meeting for the supply optimization. The data request will be presented at the kick -off meeting to facilitate clarification of data needs. Prepare and submit monthly progress reports and invoices. Conduct client and team coordination and quality assurance/quality control reviews. Deliverables Data Request. Kick -off meeting agenda, materials, and minutes. Technical Approach Conference Call agenda, materials, and minutes. Supply Strategy Workshop meeting agenda, materials, and minutes. Draft and Final TM. Task 24 Agreement No. AG -C -363 Page 2 of 3 Aoorovals Consultant Project Manager: Signature: � kA-D'- '.Z UAA -R 4 A - K Lara Kammerec , Vice President Signature: l ��koo' Jw5an F &KAtAs UJ CcKGl-y E& ,neu City Mayor, if Task Assignment is over $5,000: Date: ti- 10 - I t� Date: 1 1- n —( y Signature: Date: NOV 19 2014 Task 24 Agreement No. AG -C -363 Page 3 of 3 ANNUAL CONTRACT TASK ASSIGNMENT DOCUMENT City of Auburn Agreement # AG -C -363 Task # CAR -T24 Exhibit A - Schedule of Charaes P. �cwnioo ,w...ava..ewnw,eu.uaeerao iu.,r .1;.. c a3 crn iwm.as TASK I DESCRIPTION �i 1j u ° 2 s° -a „°-, m m ° ° ° `u u `m ° N c _ « S $ '" ° 5 d y `g c 14 } s� Total Noun Carollo Labor Cost OTHER DIRECT COSTS TOTAL COST Travel and PECE Printing $11.70 Total OOC Total Labor Rate 3 195.00 3 195.00 $ 174.00 $ 148.00 S 132.00 S 100.00 3 90.00 Tasks 1 Data Collection 0 0 0 0 4 2 0 It - $ 70 $ 70 a $ 728 $ 796 2 Customized Technical Approach 1 1 4 2 8 16 4 4 0 0 0 8 4 16 4 _ 8 0 32 8 6 4 0 0 20 4 so 0 16 0 64 0 a 8 0 _ D 16 0 0 0 12 1 13 21 $ 3,303 $ - $ 246 3 246 $ 3,629 3 Supply Optimization 97 $ 13,683 S - 3 1,135 3 $ 14,798 4 Supply Strategy Workshop 20 $ 2,006 _1,135 It 100 $ 234 $ 334 S 3,202 $ 5,519 $ 1,855 $ 20,801 5 Draft and Final TM 6 Kick -off MeetinglPmject Management Subtotal 30 3 4,W4 _ $ 100 3 445 S 545 $ 100 $ 10_5 3 205 $ 306 $ 2,236 -$ 2,636 9 $ 1,660 191 27.Mi P. �cwnioo ,w...ava..ewnw,eu.uaeerao iu.,r .1;.. c a3 crn iwm.as A -t. i6.q 2009 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-363 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 CAROLLO ENGINEERS, P.C., an Arizona Professional Corporation, whose address is 1218 Third Avenue, Suite 1600, Seattle, Washington, 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. The CONSULTANT, on a project basis, will be given individual task assignments (see Exhibit A, Sample Task Assignment) for work related to hydraulic modeling and associated professional services to support water system supply analysis; capital improvement program development and implementation; system development, expansion, rehabilitation and replacement; system operations; fire protection systems; water quality evaluation; vulnerability assessment; periodic model updates and hydraulic model program conversion. These task assignments will describe the work to be completed, completion dates, and compensation amount. An approved task assignment shall be required between the CONSULTANT and the CITY prior to commencing any work for any individual task. 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, 2009, and can be amended by both parties for succeeding years. Agreement for Professional Services AG-C-363 Page 1 of 11 The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. 3. COMPENSATION. The CONSULTANT shall be paid by the CITY for completed services rendered under each approved individual task assignment. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. The CONSULTANT shall submit an itemized bill to the CITY prior to payment. The total compensation for this Agreement shall not exceed $35,000.00. The CONSULTANT shall be paid by the CITY based upon the fees included for each individual approved task assignment. These fees will be " not to exceed" figures based on the Fee Schedule outlined in Exhibit B for work performed under this Agreement. Exhibit B is attached hereto and by this reference made part of this Agreement. Compensation shall include all CONSULTANT expenses including, but not limited to, overhead, profit, and direct non-salary costs and shall not exceed that amount shown on each approved individual task assignment for hydraulic modeling and related professional services under this contract. 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. Agreement for Professional Services AG-C-363 Page 2 of 11 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 exceeding $10,000 in cost 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. 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. 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. Agreement for Professional Services AG-C-363 Page 3 of 11 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, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the sole negligence of the CITY. 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. 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 Agreement for Professional Services AG-C-363 Page 4 of 11 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 named as an 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. c. Worker's Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 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 certified mail, return receipt requested. Agreement for Professional Services AG-C-363 Page 5 of 11 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 section, before commencement of the work. The CITY reserves the right to require that complete, certified copies of all required insurance policies be submitted to the CITY at any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 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. 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 Agreement for Professional Services AG-C-363 Page 6 of 11 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. 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. Agreement for Professional Services AG-C-363 Page 7 of 11 12. TERMINATION OF AGREEMENT. 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-363 Page 8 of 11 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 sh-all remain in force and effect. 13.9. This Agreement shall be administered by Lara Kammereck 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 Attn: Cynthia Lamothe 25 W Main Street Auburn WA 98001 Phone: 253.804.5061 Fax: 253.931.3053 E-mail: clamothe@auburnwa.gov Carollo Engineers, P.C. Attn: Lara Kammereck 1218 Third Avenue, Suite 1600 Seattle, WA 98101 Phone: 206.684.6532 Fax: 206.903.0419 E-mail: Ikammereck@carollo.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-363 Page 9 of 11 duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 14.9 or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. 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. 13.12. The CITY shall furnish the CONSULTANT available studies, reports and other data pertinent to CONSULTANT's services and CONSULTANT shall be entitled to use and rely upon all such information and services provided by the CITY or others in performing CONSULTANT's services under this Agreement. Agreement for Professional Services AG-C-363 Page 10 of 11 Peter B. Le`Qs, Mayor Date APR 2~4 2009 ATTEST: > f Danielle E. Daskam, City Clerk APPROVED AS TO FORM: ~r Daniel B. eid, City Attorney CAROLLO ENGINEERS, P.C. BY: Title: PNLTNee, Federal Tax ID # ~-- BY: Title: Agreement for Professional Services AG-C-363 Page 11 of 11 EXHIBIT A SAMPLE TASK ASSIGNMENT AGREEMENT AG-C-xxx TASK xxx-xxxx-xxx CONSULTANT: PROJECT #/Name: The general provisions and clauses of the Agreement referenced above shall be in full force and effect for this Task Assignment. Location of Project: Maximum Amount Payable per this Task Assignment: $ Completion Date: Scope of Work: Approvals Consultant Project Manager: Signature: Date: City Project Manager: Signature: Date: City Mayor, if Task Assignment is over $5,000: Signature: Date: Note: If this task assignment is over $25,000 then it must go before the appropriate Committee and City Council for approval prior to the Mayor's signature. Exhibit A Agreement No. AG-C-xxx Page 1 of 1 EXHIBIT B CAROLLO ENGINEERS, PC FEE SCHEDULE As of March 1, 2009 Hourly Rate Engineers/Scientists Assistant Professional $107.00 Professional 150.00 Project Professional 170.00 Senior Engineer 185.00 Principal 226.00 Technicians Technicians 98.00 Senior Technicians 140.00 Support Staff Document Processing / Clerical 92.00 Project Equipment Communication 9.00 Expense (PECE) Per DL Hour Other Direct Expenses Travel and Subsistence at cost Mileage* .55/mile Subconsultant cost + 5% Other Direct Cost at cost * May change, as IRS rate is modified This fee schedule is subject to annual revisions due to labor adjustments. Exhibit B Agreement No. AG-C-363 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 proofl 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 15tn • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-363 Page 1 of 2 SAMPLE INVOICE City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter (Project Engineer) Agency Agreement AG-C-010 Invoice 5222 Progress Payment 2 Invoice Date: February 10, 2002 Project Name: Thomas Nelson Farm Project PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourl Rate Amount Mike Jones, Princi al in Char e 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processin 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal $ 749.00 Ex enses see attached documentation) Char es Multi lier Amount Mike Jones, Princi al in Char e 20 miles x1.1 $ 7.59 Carla Maker, Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processin $ 29.00 x1.1 $ 31.90 Consultant Ex enses Subtotal $ 72.49 Consultant Total: SUB CONSULTANTS (see attached documentation) $ 821.49 Subconsultant Hours Hourl Rate Amount ABC Environmental, Inc., Civil En ineer 10 $ 100.00 $ 1,000.00 Electrical Consultin , Electrical En ineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical En ineer 10 $ 100.00 MRF 1,000.00 Movin Com an , Movin Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multi lier $ 2,860.00 Subconsultant Total: - - - - - - - - TOTAL DUE THIS INVOICE CONTRACT BREAKDOWN $ 2,860,00 $ 3,681.49 Task Amount Authorized Prior Invoiced This Invoice Total invoiced To Date % Ex ended % Com leted Amount Remainin 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 1110/01 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-363 Page 2 of 2 ~~~I C-1 11-1 AMENDMENT #1 TO AGREEMENT NO. AG-C-363 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS, PC RELATING TO WATER UTILITY MODELING SUPPORT , 20 THIS AMENDMENT is made and entered into this day of by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Carollo Engineers, PC (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-363 executed on the 24th day of April 2009. 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, 2010. 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-363 executed on the 24th day of April 2009 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. LO)ENGINIPERS, PC [ CITY OF By: B. Lewis, Mayor ATTEST (Optional): ATTEST: By: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Attorney for (Other Party) Amendment No. 1 for Agreement No. AG-C-363 Carollo Engineers, PC Page 1 of 1 AMENDMENT #2 TO AGREEMENT NO. AG-C-363 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS, PC RELATING TO WATER UTILITY MODELING SUPPORT THIS AMENDMENT is made and entered into this 2!ui day of 1 , 2010, by and between the CITY OF AUBURN, a municipal corporation of the State of Washi gton (hereinafter referred to as the "CITY°), and Carollo Engineers, PC (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-363 executed on the 24"' day of April 2009 and amended by agreement dated the 30th of December 2009. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the term of the Agreement for Professional Services. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: The amount of this amendment is $25,000.00. The total contract amount is increased to $60,000.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-363 executed on the 24th day of April 2009 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. CA LL EN NEERS, PC By: X Authori signature ATTEST (Optional): By. fts: Approved as to form (Optional): Attorney for (Other Party) Peter B. Lewis, Mayor ATTEST: Danielle E. Daskam, Auburn City Clerk Appr v d as to Daniel B. Heid, Auburn City At rney Amendment No. 1 for Agreement No. AG-C-363 Carollo Engineers, PC Page 1 of 1 * CITY OF * * UBUR:N * WASHINGTON April 12, 2010 t ~F.I1R E ~ SGP Lara Kammereck Carollo Engineers PC 1218 Third Avenue, Suite 1600 Seattle, WA 98101 RE: Amendment No. 3 to Agreement for Professional Services, AG-C-363 Water Utility Modeling Support Dear Ms. Kammereck: Enclosed please find an executed copy of the above-referenced Amendment No. 3. This amendment in the amount of $100,000.00 increases the contract amount to a total of $160,000.00. For the City's tracking and record keeping purposes, please'reference AG-C-363 on all correspondence and related material. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5061. Sincerely, Cynthia Lamothe, P.E. , Project Engineer Department of Public Works CUja/hm Enclosure cc: Dani Daskam, City Clerk A G363 7'k3. / 6, Peter B. Lewis, Mayor 25 West Main Street * Aubum WA 98001-4998 * www.auburnwa.gov * 253-931-3000 AI TRj TR N* MORE THAN YOU IMAGINEI A 3 V, ~7 AMENDMENT #3 TO AGREEMENT NO. AG-C-363 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS PC RELATING TO WATER UTILITY MODELING SUPPORT THIS AMENDMENT is made and entered into this V't4 day of 2010; by and between the CITY OF AUBURN, a municipal corporation of the State of Washmgton (hereinafter referred to as the "CITY"), and Carollo Engineers PC (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-363 executed on the 24th day of April 2009 and amended by agreement dated the 30th day of December 2009, and amended by agreement dated the 2nd day of February 2010. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the date of termination. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: The amount of this amendment is $100,000.00. The total contract amount is increased to a total of $160,000.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-363 executed on the 24th day of April 2009, 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. CAROLLO ENGINEERS PC ~ gy; L~- Autho zed signature By: Authorized ignat e CI 71 Peter B. Lewis; Mayor ATTEST: e C- ~'Es'✓~ ~Y Danielle E. skam, Auburn City Clerk Appta ti Danie B. Heid, urn Cit ttor Amendment No. 3 for Agreement No. AG-C-363 Carollo Engineers PC Page 1 of 1 ,43 . 1c, -9 ANNUAL CONTRACT TASK ASSIGNMENT DOCUMENT AGREEMENT AG-C-363 TASK CAR-T09-007 CONSULTANT: Caroilo Engineers PROJECT: B Street NW intertie Design Review The general provisions and clauses of the Agreement referenced above shall be in full force and effect for this Task Assignment. Location of Project: 3240 B Street NW, Auburn Maximum Amount Payable per this Task Assignment: $14.000.00 Anticipated Completion Date: August 31, 2010 Scope of Work: Background The City of Auburn (City) currently is designing a service connection from Tacoma Public Utilities (TPU) Pipeline 5(PL5) meter vault located at 3240 B Street NW to the City's 16 inch transmission main located on the west side of B Street NW. The project includes construction of approximately 100 feet of pipe including excavation, installation of a pressure reducing vault package system, backfill, electrical and phone service and telemetry equipment needed for system control, and paving and restoration, all located underneath the Bonneville Power Administration high transmission lines. The pressure at the tie-in to PL5 as reported by Tacoma Public Utilities is: • Static: 369 psi • Maximum working pressure based on 71.4 MGD in Pipeline 5: 309 psi . Minimum working pressure based on back-feed from McMillin at el 575 feet: 230 psi The City of Auburn will be pre-purchasing the package pressure reducing valve (PRV) station. The PRV station will be provided to the contractor as government furnished equipment as part of the intertie construction contract. The City is also is designing the piping from the PRV station to the City distribution system. Tacoma Public Utilities will design and construct the piping, valves, appurtenances and connections from the existing Pipeline 5 turnout meter station to the City of Auburn PRV station. Tasks 1. Conduct a technical review of the package PRV station design prepared by GC Systems (Corix Water System) including the thrust blocking design on the inlet and outlet piping to the station. 2. Provide peer review of the City of Auburn's civil and mechanical design drawings. 3. Provide peer review of the 90% specifications Division 7 Water Mains (City of Auburn's). Task 7 Agreement No. AG-C-363 Page 1 of 2 4. Provide peer review of the station Operations Overview document. 5. Provide technical assistance related to project specific questions as requested during the execution of this task assignment up to 20 hours. . Deliverables . Summary of drawing review comments in spreadsheet format with redline markups drawings. • Summary of text document review comments in Word "track changes" format. Assumptions • The City will provide pdf drawings for the existing TPU meter vault (by TPU). • The City will provide pdf drawings of the PRV station (by Corix Water System) including the thrust blocking design on the inlet and outlet piping to the station. • The City will provide pdfs of the City civil and mechanical drawings and specifications. • The City will provide the TPU design of the piping, valves, appurtenances and connections from the existing Pipeline 5 turnout meter station to the City of Auburn PRV station. • No Professional Engineer Stamp on the technical and peer review. PE Stamp will be provided by others. . No review of Electrical, Telemetry and System Control drawings and specifications. . The City will provide text documents in Word and pdf format for review and comment. . No meetings or site visits by Carollo are anticipated. • No construction services are proposed as a part of this assignment. . No hydrogeology services are proposed as a part of this assignment. Approvals Consulta %ipal: Date: ~ -4 fo Signatur City Project Manag . Signature: Date: ~ City Mayor, if ask Ass' nm t is o $5,000: ~ Signature: Date JUL 7 2~~ Task 7 Agreement No. AG-C-363 Page 2 of 2 7k AMENDMENT #4 TO AGREEMENT NO. AG-C-363 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS PC RELATING TO WATER UTILITY MODELING SUPPORT THIS AMENDMENT is made and entered into this ~~day of XUZ,4, 2010, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and CAROLLO ENGINEERS PC (hereinafter referred to as the "CONSULTANT", as an Amendment to the Agreement between the parties for AG-C- 363 executed on the 241, day of April 2009, and amended by agreement dated the 30th day of December 2009, and amended by agreement dated the 2nd day of February 2010 and amended by agreement dated the 8m day of April 2010. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement fro Professional Services is extended to December 31, 2011. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: The amount of this amendment is $60,000.00. The total contract amount is increased to a total of $220,000.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-363 executed on the 24th day of April 2009 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 fi above wri ten. CA OL ENGINEE PC By: Authorize si re Peter . Lewis, Mayor 2)6an tz ATTEST: By: Auth ' ed s' ature ka4~6t ty,~~ S4,even rnlo~k E D Ile E. Daskam, Auburn City Clerk Appr d s to form: a~ Daniel . Heid, Auburn City Attorney Amendment No. 4 for Agreement No. AG-C-363 Carollo Engineers PC Page 1 of 1 A3 (C, 9 AMENDMENT #5 TO AGREEMENT NO. AG-C-363 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS WASHINGTON PC RELATING TO WATER UTILITY MODELING SUPPORT THIS AMENDMENT is made and entered into this 15� day of Li , 2011 by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and CAROLLO ENGINEERS WASHINGTON PC (hereinafter referred to as the "CONSULTANT") as an Amendment to the Agreement between the parties for AG-C-363 executed on the 241h day of April 2009 and amended by agreements dated the 30th day of December 2009 the 2nd day of February 2010, the 8th day of April 2010 and the 20th day of December 2010; The changes to the agreement are described as follows: 1 CONTRACT TERM: The term of the Agreement fro Professional Services is extended to December 31 2012. 2. SCOPE OF WORK. There is no change in the scope of work. 3. COMPENSATION: The amount of this amendment is $60 000.00. The total contract amount is increased to $280,000.00. The 2012 fee schedule is attached hereto and by this reference made part of this agreement. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-363 executed on the 241h day of April 2009 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. CAR• O : NGINEE• S WASHINGTON PC C S' N By a _A _n I Authorize• nature Peter B. Lewis, Mayor rVite.�t ATTEST (Optional): ATTEST /f By /`f c { e na ze& / Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appro -d as • form: _ _. Attorney for (Other Party) 951r 1B.B. Heirurn rity Att. ey Amendment No. 5 for Agreement No. AG-C-363 Carollo Engineers PC Page 1 of 1 EXHIBIT B City of Auburn On-Call Modeling Services CAROLLO ENGINEERS WASHINGTON, P.C. FEE SCHEDULE As of November 2011 Hourly Rate Engineers/Scientists Assistant Professional $125.00 Professional 150.00 Project Professional 170.00 Senior Engineer 185.00 Principal 226.00 Technicians Technicians 98.00 Senior Technicians 140.00 Support Staff Document Processing / Clerical 92.00 Project Equipment Communication Expense 9.50 (PECE) Per DL Hour Other Direct Expenses Travel and Subsistence at cost Mileage* .55/mile Subconsultant cost + 5% Other Direct Cost at cost May change, as IRS rate is modified This fee schedule is subject to annual revisions due to labor adjustments. Revised November 2011 yA3tb9 I' ANNUAL CONTRACT TASK ASSIGNMENT DOCUMENT AGREEMENT#• AG-0363 TASK St. CAR-T09-013 CONSULTANT Caro llo Engineers PROJECT Hydraulic Model and Fire Flow Update The general provisions and clauses of the Agreement referenced above shall be in full force and effect for this Task Assignment. Location of Project: City of Auburn Maximum Amount Payable per this Task Assignment: $ 32,500.00 Completion Date: February 29, 2012 Scope of Work: Background The City of Auburn (City) maintains a water system hydraulic model to: • Aid in systems operation • Support design of capital improvement and development projects and • Provide fire flow and pressure data for design of fire protection system. In order to accurately reflect system conditions, the model must be updated periodically by incorporating new system infrastructure into the model. The model settings and calibration need to be checked against field conditions through hydrant flow test comparisons. Task • Review modeled system with current GIS data to identify improvements • Incorporate new system infrastructure such as pipes, pump stations, pressure reducing stations and valves into the model • Identify up to 20 locations for flow tests to calibrate the model. • Observe field flow tests for one day if needed • Calibrate the hydraulic model to a maximum of 20 flow tests • Identify additional fire flow tests needed, if any • Prepare updated fire flow data report tables for each quarter section Deliverables 1 A calibration memo will be prepared summarizing the system changes made to the model, as well as the results of calibration. 2. Fire flow data report presented by map quarter section including: • Address • Node • Nearest hydrant Task 13 Agreement No.AG-C-363 Page 1 of 2 • Proximity to hydrant • Distribution main diameter • Static pressure in psi • Residual pressure in psi at a flow of 2500 gpm or the flow available in gpm when the residual pressure is 20 psi. • Data date Assumptions • The City will provide the latest water utility eGIS map in electronic format. • The City will provide hard copy maps for clarification of system details as needed • The City will verify the locations requiring fire flows that exceed 2,500 gpm • The City will conduct up to 20 field tests for flow and pressure data necessary to adequately calibrate the model. rovals Consultant Project Manager Signature: L-J}. Date: 11 City Project Manager Signature: 4S% Q1 " Date: 1fr 10i II - - T��ig�• is over$ I000: •n-ture: gra ` a Date: NOV 2 3 2011 Task 13 Agreement No.AG-C-363 Page 2 of 2 A3 Ilon1 ANNUAL CONTRACT TASK ASSIGNMENT DOCUMENT AGREEMENT#- AG-C-363 TASK#: CAR-T09-015 CONSULTANT Carollo Engineers PROJECT Future Demand Forecast and Water Supply Evaluation The general provisions and clauses of the Agreement referenced above shall be in full force and effect for this Task Assignment. Location of Project: City of Auburn Maximum Amount Payable per this Task Assignment: $21.000 Anticipated Completion Date: Draft data submittal on November 16, 2011 Final TM on November 30, 2011 OBJECTIVE The City of Auburn (City) supplies water to the City's residents and wholesale customers through a water supply that relies on 10 wells and 2 springs. In August of 2009, the City submitted their August Draft Water Comprehensive Plan (Plan)to the Washington State Department of Ecology (Ecology) for Review. On November 12, 2009 Ecology provided the City with their review comments including one significant comment pertaining to a difference of understanding regarding the water rights for the City's Wells 1 and 2. On June 17 2010 the City and Ecology settled their differences regarding the water rights for Wells 1 and 2. This settlement decreased the maximum annual volume of water(Qa) allowed to be withdrawn from Wells 1 and 2. On October 25, 2011 the City received final language from Ecology regarding specific additive and non-additive Qa quantities for Well 2 that will be part of the superseding certificate. Additionally, the City has seen significant changes in the pumping ability of several sources, different from those identified in the Plan. The City's Water Supply Evaluation will be revised to account for the Water Right modification and the current ability to pump of the City's sources. In addition to the changes in water rights and ability to pump, the City has 2 additional years of sales data. This will provide for a new equivalent residential unit (ERU), system peaking factors and future demand forecast. The purpose of this analysis is to provide an updated comparison of the City's water demand projections, ability to pump and water rights through the planning period. SCOPE OF WORK The scope of services for each task are included below. Task 15 Agreement No. AG-C-363 Page 1 of 3 TASK 100 - PROJECT MANAGEMENT Manage the work of the project team from notice to proceed to project closeout. Plan for and carry out regular communication with the City during the project. Plan for and carry out quality management. Activities 1 Prepare and submit monthly progress reports to the City. 2. Manage the project team to track time and budget, work elements accomplished, work items planned for the next period, manpower scope changes, time and budget needed to complete this Scope of Services. Assumptions It is assumed that this task will take 1 month to complete. TASK 200 - WATER REQUIREMENTS UPDATE The Consultant will review the historical production and sales data and update the water demand per ERU, water leakage and maximum day demand (MDD) peaking factors identified in the December 2009 version of the Comprehensive Plan. Using the same rate of growth that was identified in that plan, the Consultant will update the water demand projections through the year 2030 using the updated ERU leakage and MDD peaking factor values. Activities 1 Review of historical production and sales data 2. Calculation of new ERU, leakage and MDD peaking factors 3. Updated demand projections through the year 2030 City Input 1 The City will provide the updated production, sales and accounted-for-non-revenue water data for the years 2008, 2009 and 2010. TASK 300 - WATER RESOURCES UPDATE The Consultant will update the description of the City's current water sources and their water rights. The analysis will include an updated comparison of water demands, water rights and the City's ability to pump through the year 2030. Activities 1 Updated water rights summary and tables 2. Analysis of water rights, actual production versus demand City Input 1 The City will provide the ability to pump for each of the City's well and spring sources 2. The City will provide the updated water rights language for Wells 1 and 2. TASK 400 - TECHNICAL MEMORANDUM DEVELOPMENT After meeting with the City to review the draft updated demand projections, water rights, and ability to pump analysis, the Consultant will document the analysis in a technical memorandum (TM). Task 15 Agreement No. AG-C-363 Page 2 of 3 Activities 1 Prepare and submit draft data updates to the City for review 2. Prepare and submit a final TM to the City City Input 1 Review the TM. Assumptions 1 TM will be submitted in electronic version only Deliverables 1 Draft updated demand projections, water rights, and ability to pump analysis results 2. Final TM 3. Meeting agenda and minutes APPROVALS Consultant: ��// Signature: Lo.&�_ `�oLvv... x- Date: < LCD I City Project Manager Signature: 7* //!/i.21.4 Date: City Mayor if Task Assignment is over $5,000: Signature: \ Date:Nod ' 6 s Zo I 4- Task 15 Agreement No. AG-C-363 Page 3 of 3 ANNUAL CONTRACT TASK ASSIGNMENT DOCUMENT AGREEMENT #: AG -C -363 TASK #: CAR -T09 -014 CONSULTANT: Carollo Engineers PROJECT: GROUNDWATER - SURFACE WATER BLENDING STUDY The general provisions and clauses of the Agreement referenced above shall be in full force and effect for this Task Assignment. Location of Project: City Distribution System Maximum Amount Payable per this Task Assignment: $57,500 Anticipated Draft Completion Date Anticipated Completion Date: OBJECTIVE May 7, 2012 May 31, 2012 The purpose of these tasks are to perform a desktop and bench top evaluation to characterize the potential distribution corrosion and distribution system water quality impacts related to the introduction of surface water from City of Tacoma (TPU) to the City of Auburn (City) distribution system. Scope of Work The goals of this project are to: • Review the background water quality data to evaluate blending of groundwater and surface water. • Evaluate blending effects on the City's ability to meet water quality requirements. Identify potential issues related to primary and secondary (i.e. iron and manganese) water quality maximum contaminant limits. • Evaluate common water corrosion /precipitation indices to identify blending rates that will result in corrosion or precipitation risks associated with groundwater /surface water blending. • Identify other potential water quality issues related to blending (e.g., disinfection by- product formation, or chlorine residual issues). • Present in a technical memorandum the water quality analysis of the two water sources, the effects of blending the two source waters and recommendations to meet current water quality regulations. Task 1 - Review Background Data Under this task, the CONSULTANT. shall Task 14 Agreement No. AG -C -363 Page 1 of 5 g Z abed C9E-Z -`E'V '0N luawaaJ6V 171- >Pel as ;eMpunoJO gum aawM aaeJns eu.ioael 6ulpua18 awenien3 — Z msel .Aiddns JaleM aoelans s,ndl Jo luawlea q of sa6uego aanlnj pasodwd ayl bulzuewwns (s)podaJ to Ado e apinoJd Heys 'Z •anoge palllluapl elep aaleMpunoJ6 pue Al!lenb Jalenn aoepns apinoad Ileys AIIO • :uol}dwnssb .MalnaJ elep punoa6req ayl uo paseq um aq of soueuaas 6wpualq /lapow to Jagwnu ayl wJlluoo pue ssnoslp LIIM pan -aainos JaleM aoeJns ndl ayl to luawleai (An) ainlnj pasodad pue (auozo) luauno .o spepuelS Alllen° aaleM Aaepuoaas Jaglo Ilb' (a asauebuew (q uoi (e spaepuels Amenr aaleJ /(Jepuoaas aaddo3 pue peel (a (Ieol6ololpeel pue `solue6Jp al!lelon '3lue6Joul) sion Aaewud Ilb' (q Allplganl (e s13IN Aaew!ad slenplsaJ paleuuolq aplww8 (oat) uogaeo alue6ao Ielol (sJHLswH) slonpoad -Aq uogaaluisla (P (3 (q (e uoll<ewaod lonpoad -A8 uol ;oa;ulsla 1 uogoalulsla wn!aieO (P SS UPJeH lelol (o AIIU!Ie)lIV (q Hd (e :saalaweaed uolsoaao3 :�aleM aae}Jns pue aaleMpunoa6 aoj elep AIIIenb JaleM pagslu j Ieo!Jols!H suogein6a.i Aplenb JaleM luaaino (b (E (Z (I •e :40 M8IAOJ apnlou! IIIM slyl •s)Isel luanbasgns ul suollepuawwoaaa awed Alaleudoidde of slap leopolsly AIIIenb JaleM pue Ieuolleiado luaullaad Mal■al 'E 'Z 'SawalU! 3S 8AV L. Z£ 6 PUe MN leeilS 8 el-11 le 9 eulledld ndl waJ JaleM 40 6ul)lel ayl of paleloi sawalui ZE I•- 06Z-9iZ OVM jo sluawaiinbal Alloedea ogneapAq pue AIIIenb JaleM ayl 6ulpnlaul loefoJd slyl of anllelaa elep puno.a6ilaeq ayl Ma!Aad • Task 2.1 Evaluation of Corrosion Potential The CONSULTANT will evaluate up to four separate groundwater /surface water blending ratios for the City, and will evaluate the corrosivity of the finished water. Corrosion potential of the waters produced through various blending ratios will be evaluated using established corrosion indices that extend beyond the characterization of calcium carbonate precipitation to include other anions that may lead to accelerated corrosion. Blending will be evaluated using the following corrosion indices: 1. Langelier Saturation Index (LSI) 2. Calcium Carbonate Precipitation Index (CCPP) 3. Aggressiveness Index (Al) 4. Larson's Ratio As well as these corrosion indices, pH will also be evaluated. Depressed pH can lead to high corrosion of iron pipes, as well as the release of lead and copper scales in the distribution system. It is expected that low alkalinity surface water may reduce pH in the high alkalinity groundwater. As such, a qualitative and quantitative analysis of potential impact of blending on pH will be included in this analysis. Task 2.2 Evaluation of Impacts on Drinking Water Standards This task will evaluate the potential for blending to exceed primary and secondary water drinking water standards. Blending ratios will be evaluated for any positive or negative effects of primary and secondary water standards. The four groundwater /surface water blending ratios evaluated in Task 2.1 will be evaluated as part of this analysis. Task 2.3 Evaluation of Impact of Treatment Changes to Surface Water Source The CONSULTANT will review the existing and future water treatment process for the surface water source and provide a qualitative opinion of the possible potential impacts (both positive and negative) to the blended water quality following a change from the existing treatment process to the proposed future process. Task 2.4 Bench -top Evaluation of DBP Formation (Optional) This analysis will evaluate the potential for blending surface water and groundwater to increase the formation of disinfection by- products (DBPs). Bench -top testing of the surface water and the groundwater blending will be competed to evaluate DBP production in the blended water. Blending effects on key parameters in DBP production, such as TOC, bromide, and pH will be noted. Bench -top testing will evaluate up to four groundwater /surface water blending ratios. The blending scenarios that do not result in acceptable blended water quality as part of task 2.1 and 2.2 will not be tested for DBP formation. Assumption: Task 14 Agreement No. AG -C -363 Page 3 of 5 1. City will be responsible for providing laboratory facilities, consumables, and sample analysis for bench -top testing. 2. City will be responsible for all laboratory testing costs. 3. Bench -top testing will be simulated distribution system (SDS) tests. 4. Task 2.3 does not include groundwater /surface water blending scenarios. Task 3 — Evaluation of Distribution System Impacts This task will evaluate the existing distribution system with both the surface and groundwater sources using the Hydraulic Model. It will identify any potential issues with tie -in location with respect to hydraulic capacity and water quality. Review existing distribution system models for the City and evaluate proposed intertie locations into the distribution system for the new surface water source. The model will be run for up to 4 combinations of ground water sources with both of the proposed surface water supply locations for a total of up to 8 scenarios. The model will be in an extended period simulation (EPS) mode sufficiently long for the system to reach a steady state blend through the model domain. The model results will show the average blend of the source waters at the nodes and in the tanks throughout the system. The blend distribution coupled with the blend characteristics developed in Task 2 will provide information on the likely water quality throughout the system for the proposed surface water supply sources and different water supply operating combinations. In addition to modeling the source blending, the distribution system will be evaluated for high velocities from the new surface water source. Changes in velocities can cause problems in systems that blend water, by scouring pipe scales in the distribution system. The release of these pipe scales can cause water quality complaints. Any place where the potential for pipe scale release is seen will be identified and any potential mitigation (i.e. flushing) method will be identified. The City's model calibrated during preparation of the 2009 Comprehensive Water Plan will be used for this analysis. Assumptions: 1. Provide Water Quality sample data and System Operation data with sourcing running. 2. Information on proposed layout of blending and approximate blending ratios expected with in the system. 3. Operational information on the water wells (flow, pressure), water quality, and operation. Task 4 - Technical Memorandum The CONSULTANT shall prepare a draft and final technical memorandum (TM) summarizing the findings from Tasks 1 -3. A team meeting is proposed with City Staff to discuss the findings within the draft TM. The TM shall summarize: 1. Water quality affects of blending. 2. Hydraulic capacity of the City's system at the designed flow rate through the interties. Task 14 Agreement No. AG -C -363 Page 4 of 5 3. Potential distribution system issues due to corrosion or flow direction change. 4. Potential mitigation methods to control water quality with blending. ASSUMPTION: 1. Adequate water quality data exists for the groundwater and surface water and no additional testing is required. Consultan Signature: Signature: City Project Signature: City Mayor, Signature: Manager: if Tas Assignm Task 14 Agreement No. AG -C -363 Page 5 of 5 Date: Date: Date: 4- S -1 Date: APR 10 2012 AMENDMENT #6 TO AGREEMENT NO AG-C-363 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS, INC. RELATING TO WATER UTILITY MODELING SUPPORT THIS AMENDMENT is made and entered into this 17�day of ' 2012, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and CAROLLO ENGINEERS, INC (hereinafter referred to as the 'CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C- 363 executed on the 24th day of April 2009, and amended by agreements dated the 301h day of December 2009, the 2nd day of February 2010, the 81h day of April 2010, the 20th day of December 2010 and the 8th day of December 2011 The changes to the agreement are described as follows: 1 CONSULTANT Change CONSULTANT'S name from "Carollo Engineers Washington, PC" to Carollo Engineers, Inc. 2. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2013. 3. SCOPE OF WORK. There is no change in the scope of work. 4 COMPENSATION: The amount of this amendment is $90 000 00. The total contract amount is increased to $370,000 00. REMAINING TERMS UNCHANGED, That all other provisions of the Agreement between the parties for AG-C-363 executed on the 24th day of April 2009 shall remain unchanged, and in full force and effect. IN TNESS W EREOF the parties hereto have executed this Agreement as of the day and ear fi t abov written. CA L NGIN RS, INC. CI By Authorize nat a Peter B. Lewis, Mayor ATTEST (Optional). ATTEST � By Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): AMa Attorney for (Other Party) D ttorney Amendment No. 6 for Agreement No. AG-C-363 Carollo Engineers, Inc. Page 1 of 1 D r-BT T Peter B. Lewis, Mayor WASHINGTON 25 West Maln Street * Auburn WA 98001-4998 * www.ouburnwa.gov * 253-931-3000 December 19, 2012 Lara Kammereck Carollo Engineers, Inc. 1218 Third Avenue, Suite 1600 Seattle, WA 98101-3032 RE. Amendment No. 6 to Agreement for Professional Services, AG-C-363 Amendment No 1 to Task Assignments, CAR-T09-013-A1, CAR-T09-014-A1 and CAR-T09-015-A1 Water Utility Modeling Support Dear Ms. Kammereck: Enclosed please find an executed copy of the above-referenced Amendment No 6. This amendment changes the Consultant's name, extends the term of the agreement to December 31, 2013, and includes additional compensation in the amount of$90,000.00 for a total agreement amount of$370,000.00 Also enclosed, please find executed copies of Amendment No. 1 to Task Assignments referenced above. These Amendments have a completion date of December 31, 2012. You are not authorized to perform work beyond the completion date, or expend funds above and beyond the not-to-exceed amount. For the City's tracking and record keeping purposes, please reference AG-C-363 on all correspondence and related material. Our records indicate that your Insurance, as required in Section 8 of the original agreement, will expire on December 31, 2012. I Please mail the required certificate(s) of insurance, within two weeks, to JoAnne Andersen, Contracts Administration Specialist, Auburn Public Works Department, to the address noted at the top of this letterhead. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5061 Sincere Cynthia Lamothe, P.E. Project Engineer Department of Public Works CL/ja/mh Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG-C-363 AUGUR N ,� MORF THAN YOU IMAGINI..D AMENDMENT#7 TO AGREEMENT NO. AG-C-363 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS, INC. RELATING TO WATER UTILITY MODELING nSUPPORT ) THIS AMENDMENT is made and entered into this // day of �i��14`" , 2013, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the"CITY"), and CAROLLO ENGINEERS, INC. (hereinafter referred to as the"CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-363 executed on the 24th day of April 2009, and amended by agreement dated the 30th day of December 2009; amended by agreement dated the 2nd day of February, 2010; amended by agreement dated the 8th day of April, 2010; amended by agreement dated the 20th day of December, 2010; amended by agreement dated the 8th day of December, 2011, and amended by agreement dated the 17th day of December, 2012. The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2014. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: The amount of this amendment is$90,000.00. The total contract amount is increased to a total amount of$460,000.00. See Exhibit A, Fee Schedule which is attached hereto, and by this reference made part of this Amendment. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-363 executed on the 241h day of April 2009 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. C' 'OLL'a ENGINEE S, INC. CITY By: � P�_1 Brian ' atson ter B. Lewis, Ma or Senior Vice President ATTEST: By. Lara R. Kammereck Danielle E. Daskam, Auburn City Clerk Associate Vice President Approved as to form (Optional). App •v-d as ;of. , , 940 , A Attorney for(Other Party) Daniel B. Heis, •uburn ity Atto ley Amendment No. 7 for Agreement No.AG-C-363 Carollo Engineers, Inc. Page 1 of 2 EXHIBIT A City of Auburn On-Call Modeling Services CAROLLO ENGINEERS, INC. FEE SCHEDULE As of January 1, 2014 Hourly Rate Engineers/Scientists Assistant Professional $132.00 Professional $148.00 Project Professional $174.00 Lead Project Professional $195.00 Senior Professional $226.00 Technicians Technicians $137.00 Support Staff Document Processing /Clerical $90.00 Project Equipment Communication Expense 11.70 (PECE) Per DL Hour Other Direct Expenses Travel and Subsistence at cost Mileage at IRS Reimbursement Rate $.56 per mile Effective January 1, 2014 Subconsultant cost+ 10% Other Direct Cost cost + 10% This fee schedule is subject to annual revisions due to labor adjustments. pwlrCarolio,DxumerisJClientONAubcr/8266ACWProject ManagementConbactslExhibit B-Fee Echedule.doe CFFY OF .AUBURN Peter B. Lewis, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 August 19, 2013 Lara Kammereck Carollo Engineers, Inc. 1218 Third Avenue, Suite 1600 Seattle, WA 98101-3032 RE: Amendment No. 3 to Task Assignment No. CAR-T09-013-A3 to Agreement for Professional Services, AG-C-363 Hydraulic Model and Fire Flow Update Amendment Dear Ms. Kammereck: Enclosed please find an executed copy of Amendment No. 3 for the above referenced Task Assignment. This amendment provides additional compensation in the amount of $17,544.00, bringing the total Task Assignment amount to $50,044.00. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5061. Sincerely, V Susan Fenhaus Water Utility Engineer Department of Public Works SF/ja/mh Enclosure cc: Dani Daskam, City Clerk AG-C-363 AUBURN * MORE THAN YOU IMAGINED AMENDMENT#3 TO TASK ASSIGNMENT CAR-T09-013 FOR ON-CALL PROFESSIONAL SERVICES AGREEMENT NO. AG-C-363 AGREEMENT#:AG-C-363 TASK#: CAR-T09-043-A3 CONSULTANT: Carollo Engineers PROJECT: Hydraulic Model and Fire Flow Update Amendment The general provisions and clauses of the Task Assignment and Agreement referenced above shall be in full force and effect for this Task Assignment Amendment. Location of Project: City of Auburn Amendment Maximum Amount Payable for the additional Task Assignment: $ 17,544 Maximum Amount Payable per the Task Assignment: $50,044 Completion Date: December 31, 2013 Scope of Work: Background The City of Auburn (City) maintains a water system hydraulic model to: • Aid in systems operation • Support design of capital improvement and development projects and • Provide fire flow and pressure data for design of fire protection system. The City has agreed to convert the hydraulic model to InfoWater. There are a number of advantages of doing this such as better features, a better interface, better integration with ArcGIS, and special tools like the Unidirectional Flow(UDF) module. In order to accurately reflect system conditions, the new model will incorporate water system infrastructure from the GIS system. This amendment to Task 13 will add these additional pipelines to the updated model. In addition, it was discovered as part of the UDF process that the pipelines in the WaterCAD model do not line up exactly with what is in the City's GIS data. The existing model pipelines will be aligned with the City's GIS to more fully integrate the model with the City's data and allows use of specialized tools in InfoWater(i.e. Unidirectional Flow Module). Task • Convert Model to Infowater • Incorporate additional new system infrastructure such as pipes, pump stations, pressure reducing stations and valves into the model • Realign existing.model pipelines to match the City's GIS. Deliverables Task 13 Amendment Agreement No.AG-C-363 Page 1 of 2 1. A calibration memo will be prepared summarizing the system changes made to the model, as well as the results of calibration. Assumptions • The City will provide hard copy maps for clarification of system details as needed Approvals Consultant Project Manager: Signature: - ^-v\-CA-1"--"t-C----Date: 0 City Project Manager: Signature: 4 )/Ltx.[,C Date: r . "l City Mayor, if T= . Assign e. ' ove Signature: 0//CO //3 3 Task 13 Amendment Agreement No. AG-C 363 Page 2 of 2 . . .• 8 4 4 VI VI 0 (4 t-: c... 1.503 Imo" co .--• (/) 05 03 69 I Fl 1 MOD pa.n.a t•I en (A 69 .T311)0 0 ii0.1T(0 1 1 4-1 -....------.„.....„..- ... .. CD s)sop N N E '..13.-tTcl 01101133 V U . : C c> co sa) E < .logel imoj• Go v) ,,i• : O co) O . . ,. .0 s.moH 00 00 0 0 0 Jociel Imo j„, .- ...., . (I) CD • O 0') • ..... CtS 0 1:1M/leor.nD Z6 $ .0 , 1. 0 " -13 0 BOIS : = C 4:2 co 0 — SID-I°sutIol Oh I $ = ,,, .7 Lupo j js.tou'll■sou < ' '0 ..ea 4... Ca CO ..—..... 0 "0 -C .4' ieuoissojom os.1 -0 O :1-' ieuolssaj old 011 $ 2 .C1 ..... loafold • -C -......_............ ....... ,...... ......_, .... . „ X ..r.larattituu-A • 0 W N tmei SR I $ C) ,ID2Il MI int i 0 [0,Id , . V". O CO VI V Z CE' 'CI 1:3 0 . be = ec CO V 0 en tu 0 E s- z 0 0 :', *.A c•I (-I li " ._. c . Q E.„ (L) x P a( 0 (0 el *6 a •et la it F- C) cd '1Z( ON i'l C (-■ co g i. UN Ch 6 - ''4 v "4 "4 0 • r(1' " i-.. •.*: t- AMENDMENT #2 TO TASK ASSIGNMENT CAR-TO 09-024 FOR ON-CALL PROFESSIONAL SERVICES AGREEMENT AG-C-363 AGREEMENT#: AG-C-363 TASK AMENDMENT NO#: CAR-T09-024-A-2 • CONSULTANT: Carollo Engineers PROJECT: Supply Source Optimization The general provisions and clauses of the Agreement referenced above shall be in full force and effect for this Task Assignment. Location of Project: City Distribution System Amendment Maximum Amount Payable per this Task Assignment: $43,109.00 Maximum Amount Payable per the Task Assignment $72,910.00 • Completion Date: December 31, 2015 Scope of Work: The Supply Source Optimization (Task 24) evaluated and compared various supply strategies using: 1) City sources (both existing and with future capacity and treatment improvements), 2) the current blocks (1.8 million gallons per day[mgd] and 3.32 mgd Maximum Day Demand.[MDD]) of permanent water supply that the City has purchased from Tacoma Public Utilities (TPU), and 3) the future reserve block (3.68 mgd MDD) that the City has the option to purchase from TPU. The objective was to identify the least expensive source(s) of supply to meet future projected maximum day demands (MDD) during the 20-year planning period. The analysis also evaluated how much market-rate supply (in lieu of the purchased water blocks) the City may wish to purchase from TPU on a lake or pay" basis, in 5-year increments. The draft Technical Memorandum No. 1 (March 2015) concluded that purchasing the TPU reserve amount is not the most cost-effective new source, and that purchasing TPU's market-rate supplies at the current rate of$2.33 per 100 cubic feet (ccf) is more expensive than use of Auburn supplies. Amendment No. 1 to Task 24 extended the Task schedule through 2015. This Amendment No. 2 will incorporate recent system improvements and findings, and will provide additional analyses for the City to assist in decisions regarding purchases of TPU water. Carollo Engineers will retain FCS GROUP to review Carollo Engineer's analyses conducted under the existing scope of work, and Carollo Engineers and FCS Group will perform the new tasks detailed below. Additionally, FCS Group will conduct financial analyses related to the Tacoma market-rate wholesale supply offer. The combined work will be documented in a revised draft of Technical Memorandum (TM) No. 1 for City Review. Carollo Engineers and FCS GROUP will support City staff at one City Council meeting. Following the Council meeting, City comments will be incorporated into a Final TM. • Update Supply Optimization o Analyze operation and maintenance costs for active and inactive sources. Incorporate changing costs into supply optimization. o Review and implement changes to Well 2 and 6 pumping capacity from the draft Fulmer Field Study (February 2015). Update data summary materials and incorporate into supply optimization. Task 24 Amendment No. 2 Agreement No. AG-C-363 Page 1 of 3. • • o Perform an additional supply optimization that includes the redevelopment of Well 2 in 2015-2016. Evaluate changes to determine impact to system and current supply strategy. Conduct hydraulic modeling to verify the resulting supply mix is feasible. o Document results in the revised Final Draft TM No: 1 and Final TM No. 1. • Market Rate Analysis o FCS GROUP will review the current supply optimization analysis and conclusions, and either confirm those conclusions or offer suggestions to change the analysis. Carollo will update the supply optimization to address FCS comments. o FCS GROUP will utilize the Carollo work and its own water revenue requirement model (as needed) to further analyze Tacoma's market-rate supply offer against the City's existing plans to add production capacity within a five-year planning period. If the Tacoma market price does not appear to represent a better (less costly) option, FCS GROUP will determine at what price an offer would prove cost-effective. • Operational Supply Source Strategy o Develop an operational supply source strategy based on total cost using the Supply Optimization tool. The operational strategy will identify the optimal supplies to meet the 2015, 2017, and 2021 ADD (Fall, Winter, and Spring) and MDD (Summer). • The 2015 strategy will consider the existing available supplies. • The 2017 strategy will incorporate Well 1, Well 4, Well 2, and Well 6 to the 2015 Strategy. • The 2021 strategy will consider the higher projected demands and incorporate Coal Creek Springs at a flow of 6,000 gpm. • • Non-cost supply preferences will be incorporated into the strategy as provided by the City. o Operating strategies will be recommended for 2017 and 2021 to address periods when each of the recommended supplies are offline. Per City Policy, supplies will be assumed to be offline for up to 6 months in the ADD scenarios and completely offline in the MDD scenarios. o Update strategies based on the City's comments in Meeting No. 2 and documented as an appendix in the Supply Optimization TM. • Final TM and Meetings o Add an Executive Summary to support non-technical review of the findings, including by City Council. Executive Summary will provide a statement of problem, summary of questions posed, and recommendations based on the supply optimization.. o Expand methodology of Supply Optimization, document initial assumptions, and document intermediate results to support technical findings. o Summarize results into graphics familiar to Council from the Comprehensive Water Plan (Plan). Additionally, develop a series of graphics to showing the supply sources as "building blocks" of the total required supply. o FCS GROUP will document findings In a draft TM. Comments will be incorporated in the Final TM. o Meeting No. 1 - Review Meeting. Facilitate a review meeting of updated supply optimization, including the Tacoma market-rate financial analysis, with the City, Carollo, and FCS GROUP. o Meeting No. 2 - Operational Supply Strategy. Facilitate workshop to review Operational • Supply Strategy with City and Carollo. o Meeting No. 3 -Attend one council meeting to provide technical assistance to City Staff. Prepare a Power Point presentation from graphics and tables from the updated TM to support City Staff in presenting to Council. Task 24 Amendment No. 2 Agreement No. AG-C-363 Page 2 of 3 Deliverables: • Revised Final Draft TM No. 1 and Final TM No. 1 • Meeting Minutes • PPT slides for Council Presentation Schedule: • Meeting No. 1 - 12'week of July or later • Meeting No. 2 - 3rd week of July or later • Draft TM - 4 weeks after Meeting No. 1 (Tentatively July 31, 2015) • Final TM - 2 weeks after receipt of Draft TM Comments • Meeting No. 3 - Fall 2015 All other terms and conditions of the On-Call Professional Services Agreement No. AG-C-363, as amended, shall remain unchanged and in full force and effect. Approvals: Consultant Project Manager: Signature: LAA-0\--/V—&-(AA-vv\12A-4 Date: 5" 20 ' 15 Lara R. Kammereck, Vice President City Project Manager: Signature: LY1C" V° 1, Date: 6'9-0 City Mayor, if Task Assignment is over $10,000: Signature: ()Ski a r---kd,3 / Date: ' 59 . 1S Task 24 Amendment No. 2 Agreement No. AG-C-363 Page 3 of 3 I ANNUAL CONTRACT TASK ASSIGNMENT DOCUMENT AGREEMENT p:A0.C.303 TASK C:CAR'T09O24 Amendment No.2 Exhibit A-Schedule of Char,9es , OTHER DIRECT COSTS 2m p e c TASK I DESCRIPTION t 9i 1` n'9p- 0 Total Carallo Total Sub Total Sub MaM1Up Total COel Travel and PECE TOTAL T g 9 q 6g 0 6 - i y gg @=t c„ Hours lee..Coal Haut Coat 31 10% Pnntin9 COST af90 d w a Eaa4 E V' O Total Labor Rate f 19500 51]d.00 3 1411.00 S 13200 410000 390.00 $11 70 ToteIOOC Tanks 1 Update 5upplf OpIara0 IC 5 8 o 24 0 0 41 3 0127 0 S ___ S - $__ f • $ 480 $ 490 $ 8807 2 MatkeIRae Malys? 1 2 0 8 0 0 11 3 1599 54 $ 9.200 E 920 S 10120 S 100 S 129 S 229 E 11,948 3 Operational 5uppb Sauce s at 2 ...2_ oo 6 0 2 46 5 6838 0_ $ - 5 - 3 _ S 5 538 5 539 5 7,3]8• 4 Fnal iM,Meetings and PreseMa a30 ba 10 4 4 10 0 8 40 5 5890 00 f 9000 S 900 S 10,780 f 40 S 468 5 508 S 17,178 . Subtotal 18 16 b 48 0 6 138 20.454 114 $ 19,000 5 1.500 5 20.6001 5 140-5 1.615 5 1.755 $ 43,159 AUBURN Nancy Backus, Mayor WAS H I NGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 June 10, 2015 Lara Kammereck Carollo Engineers 1218 Third Avenue, Suite 1600 Seattle, WA 98101 RE: Amendment No. 2 to Task Assignment CAR-T09-024-A-2, Agreement for Professional Services, AG-C-363 Supply Source Optimization Notice to Proceed Dear Ms. Kammereck: Enclosed please find an executed copy of Amendment No. 2 to the above referenced Task Assignment. This amendment has a completion date of December 31, 2015, modifies the scope of work as described in the Amendment, and includes additional compensation in the amount of $43,109.00 for a total task assignment amount of$72,910.00. This letter serves as your Notice to Proceed. For the City's tracking and record keeping purposes, please reference AG-C-363 and Task Assignment CAR-T09-024-A-2 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 may contact me at 253-804-5061. Sincerely, L.-// I, `/ / Susan Fenhaus, P.E. Water Utility Engineer Community Development & Public Works Department SF/ja/mt Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG-C-363 AUBURN * MORE THAN YOU IMAGINED 1� 1)•(01 AMENDMENT #8 TO AGREEMENT NO. AG -C -363 BETWEEN THE CITY OF AUBURN AND CARDLLO ENGINEERS, INC. RELATING TO WATER UTILITY MODELING SUPPORT t THIS AMENDMENT is made and entered into this day of (ti % 2014, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY "), and CAROLLO ENGINEERS, INC. (hereinafter referred to as the "CONSULTANT ") as an Amendment to the Agreement between the parties for AG -C -363 executed on the 24th day of April 2009; amended by agreement dated the 301" day of December, 2009; amended by agreement dated the 2nd day of February, 2010; amended by agreement dated the 8'" day of April, 2010; amended by agreement dated the 20'" day of December, 2010; amended by agreement dated the 81" day of December, 2011, amended by agreement the 17'" day of December, 2012 and amended by agreement dated the 19'" 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 or subsequent amendments. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C -363 executed on the 24th day of April 2009 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_ CAROLLO ENGINEERS UkAG- Lara Kammereck, Vice President ATTEST (Optional): By Its: Approved as to form (Optional). Attorney for (Other Party) Amendment No. 8 for Agreement No. AG -C -363 Carollo Engineers Page 1 of 1 CITY OF AUBURN ancy Bac s ayor ATTEST: jv _ Da ' Ile E. Daskam, Auburn City Clerk Approved as tojRrm o Fk ,Au bu r-n Ci Attorney A 3,16 �2k AMENDMENT #8 TO AGREEMENT NO. AG -C -363 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS, INC. RELATING TO WATER UTILITY MODELING SUPPORT THIS AMENDMENT is made and entered into this 3 day of uti� , 2014, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY "), and CAROLLO ENGINEERS, INC. (hereinafter referred to as the "CONSULTANT') as an Amendment to the Agreement between the parties for AG -C -363 executed on the 24th day of April 2009; amended by agreement dated the 301" day of December, 2009; amended by agreement dated the 2nd day of February, 2010; amended by agreement dated the 8'h day of April, 2010; amended by agreement dated the 20'" day of December, 2010; amended by agreement dated the 8'h day of December, 2011; amended by agreement the 17'" day of December, 2012 and amended by agreement dated the 19" 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 or subsequent amendments. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG -C -363 executed on the 24'h day of April 2009 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. CAROLLO ENGINEERS CITY OF AUBURN By: L Authorized signature Rancy Bac T , Mayor ATTEST (Optional): ATTEST: By: L Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr ed s to f Attorney for (Other Party) Daniel B. Hei A burn City Attorney Amendment No. 8 for Agreement No AG -C -363 Carollo Engineers Paae 1 of 1 CITY OF AL=T: U Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001 -4998 * www,auburnwa.gov * 253- 931 -3000 December 4, 2014 Lara Kammereck 1218 Third Avenue, Suite 1600 Seattle, WA 98101 RE: Amendment No. 8 to Agreement for Professional Services, AG -C -363 Water Utility Modeling Support Dear Ms. Kammereck: Enclosed please find an executed copy of the above - referenced Amendment No. 8. This amendment is for a time extension only. This amendment extends the term of the agreement to December 31, 2015. For the City's tracking and record keeping purposes, please reference AG -C -363 on all correspondence and related material. Our records indicate that your insurance certificate will expire on December 31, 2014. Please send current certificate to JoAnne Andersen, Contracts Administration Specialist, at the address noted at the top of this letterhead. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253- 804 -5061. Sincerely, � ®� Susan Fenhaus, P.E. Water Utility Engineer Community Development & Public Works Department SF /ja /mt Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG -C -363 AUBURN* MORE THAN YOU IMAGINED