Loading...
HomeMy WebLinkAboutBrown and Caldwell AG-C-302~ , l~.q 2007 AGREEMENT FOR PROFESSIONAL SERVICES AG-C- 302 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. The Consultant shall provide engineering and technical services necessary to prepare a city wide drainage comprehensive plan and complete associated tasks. This effort shall be in accordance with the Scope of Work incorporated herein as Exhibit A. 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. 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. Agreement for Professional Services AG-C-302 June 28, 2007 Page 1 of 11 3. COMPENSATION. Compensation will be on a time and material basis, not to exceed $466,559.00. A detailed Fee Schedule for anticipated tasks is incorporated in to this Agreement as Exhibit B. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in Exhibit B, Fee Schedule, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services. The Consultant shall submit to the City an invoice or statement of time spent on tasks included in the scope of work provided herein, said invoice to be in essentially the form set forth in Exhibit C, attached hereto and incorporated by reference, and the City shall process the invoice or statement in the next billing/claim cycle following receipt of the invoice or statement, and shall remit payment to the Consultant thereafter in the normal course, subject to any conditions or provisions in this Agreement. 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. Agreement for Professional Services AG-C-302 June 28, 2007 Page 2 of 11 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. 6. INDEMNIFICATION/HOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, authorized 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, 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 Agreement for Professional Services AG-C-302 June 28, 2007 Page 3 of 11 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 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 Agreement for Professional Services AG-C-302 June 28, 2007 Page 4 of 11 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. 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 Agreement for Professional Services AG-C-302 June 28, 2007 Page 5 of 11 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 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-302 June 28, 2007 Page 6 of 11 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 athree-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 athree-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-302 June 28, 2007 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-302 June 28, 2007 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 shall remain in force and effect. 13.9. This Agreement shall be administered by Mike Milne 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: Dan Repp 25 W Main Street Auburn, WA 98001 Phone: 253-804-5062 Fax: 253-931-3053 E-mail: drepp a~auburnwa.gov Brown and Caldwell Attn: Mike Milne 701 Pike Street, Suite 1200 Seattle, WA 98101 Phone: 206-624-0100 Fax: 206-749-2200 E-mail: mmilne(a~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 Agreement for Professional Services AG-C-302 June 28, 2007 Page 9 of 11 the United States mail, postage prepaid. Any such delivery shall be deemed to have been duly given if mailed by certified mail, return receipt requested, and addressed to the address for the party set forth in 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-302 June 28, 2007 Page 10 of 11 CITY OF AUBURN G~Peter B ewis Mayor Date 7~~1 G~ ATTEST: Danielle E. Daskam, City Clerk BROWN AND CALDWELL BY: ~~ Title: l ~ ~~ Federal Tax ID # ~ Agreement for Professional Services AG-C-302 June 28, 2007 Page 11 of 11 APPROVED AS TO FORM: EXHIBIT A SCOPE OF WORK CITY OF AUBURN DRAINAGE COMPREHENSIVE PLAN UPDATE This Scope of Work (SOS describes tasks to be performed by Brown and Caldwell (BC) to assist the City of Auburn (City) in development of a Storm Drainage Comprehensive Plan (Drainage Comp Plan). The Comp Plan will guide the operation, maintenance, and improvement of the City's extensive storm drainage system. If deemed appropriate by the City, the Comp Plan will also address drainage needs in the Lea Hill and West Hills annexation areas. In addition, the Comp Plan will help the City comply with the Phase II National Pollutant Discharge Elimination System (NPDES) permit for municipal stormwater discharges. The NPDES permit was issued by the Washington State Department of Ecology (Ecology) in January 2007. To maximize efficiency, the SOW specifies a phased approach, wherein the results of Phase I will be used to refine the work plan for Phase II of this project. This will help ensure that our efforts are focused.on the City's most important needs with respect to the Drainage Comp Plan. Phase I will involve evaluating existing information about the City's drainage system. Phase I will also include an evaluation of the City's drainage pump stations and a review of the existing models of the drainage system. In addition, it will include an evaluation of the existing drainage system information for the City's potential Lea Hill and the West Hills annexation areas. Based on the results of Phase I tasks, we will identify key data gaps and prepare a detailed Phase II project work plan. During Phase II of the project we will address the key data gaps and perform the engineering analyses necessaryto complete the Drainage Comp Plan update. Phase I and Phase II project tasks will be coordinated by BC with similar activities being performed in parallel to update the Sewer Comprehensive Plan. Phase I project tasks are described in detail below. The SOW also summarizes anticipated Phase II project tasks and associated prelu7unary budget allocations. The results of Phase I may require an amendment to this SOW if the Phase II project work plan developed in conjunction with the City in Task 7 results insignificant changes to the preluninary task budgets for Phase II of the project. Phase 1 Tasks Phase I will consist of seven tasks: Task 1 Manage Project Task 2 Establish Project Goals and Preliminary Level of Service Criteria Task 3 Collect Information Task 4 Evaluate Existing Data, Models and Information Management Systems Task 5 Evaluate Pump Stations Task 6 Conduct NPDES Program Gap Analysis Task 7 Develop Phase II Work Plan The activities, deliverables, and assumptions associated with each Phase I task are described in detail below. Task 1. Manage Project The BC project manager will manage project staff and any subconsultants to ensure compliance with project schedule, budget, and quality control/assurance objectives. Fast, the BC project manager will lead the Dreinaga_ExhbilAmm.doc development of a detailed a scope and cost estimate for Phase 1 of this project. Then the BC project manager will draft a Project Management Plan (PMP) and present this document at a kickoff meeting. The PMP will include project scope and schedule, communications plan, quality control plan, schedule and cost control plan, and team member work assignments. Assumptions: • The BC project manager will attend up to three project status meetings of up to two-hours each at key project milestones. Deliverables: • Scope of work and cost estimate for Phase 1 • Routine project communications such as email recaps of key decisions and meeting summary notes. • Meeting agendas. • Monthly project status reports. • Monthly invoices. Task 2. Establish Project Goals and Preliminary Level of Service Criteria In this task, BC will work with City staff to define project objectives and preliminary Level of Service (LOS) criteria to use in evaluating pump stations and system operation, maintenance and capacity. BC will first review existing regulations (e.g., Growth Management Act, Phase II NPDES Permit, City codes etc.), reports, and planning documents relevant to drainage and surface water management LOS. We will then prepare for the kick off meeting by developing draft project goals and lists of potential types of LOS. LOS types will include both internal and external metrics. For example internal metrics for LOS will likely include pump station operational, quality, and performance parameters such as: o Types of station bysize range/configuration. o SCADA systems. o Noise limits. o Odor limits. o Corrosion control. o Man-machine interface. o PLCs. o Control equipment. o Pump brands/agents. o Engine brands/agents. o RemovaVrepair- internaVexternal. o Retrofit criteria. o Energy efficiency o Recycle or salvage value of used equipment External LOS criteria could include capacity performance targets, complaint response metrics, sustainability metrics, and other service measurements that are visible to the public. To complete the draft LOS criteria, we will facilitate a project kick off workshop with BC and City of Auburn staff. We will then prepare draft and revised preliminary LOS criteria. The criteria are considered preluninary at this point of the project because it is likely that subsequent tasks (e.g., pump station evaluation) and more detailed analysis may require refinements to the LOS criteria. For example, in areas with existing drainage problems, LOS criteria for conveyance may need to be adjusted after we have identified potential solutions and their associated costs. Drainage_ExhbitAmm.doc 2 Assumptions: • Three BC staff will attend one three-hour project kick off workshop in Auburn to review the PMP (as described in Task 1) and develop draft project goals and preliminary drainage system LOS criteria. • The Drainage Comp Plan project kickoff meeting will coincide with the Sewer Comp Plan kickoff meeting. Deliverables: • Draft and revised project goals. • Draft and revised preliminary LOS criteria. Task 3. Collect Information BC will work with City staff to obtain available information and data relevant to this project. This will involve collection and review of both digital and/or hard copies of information/data and interviews with City staff. Task 3.1 Collect Existing Information and Reports BC will compile a list of the relevant information that we would like to obtain from the City. Based on our current understanding, we expect that the list will include: • Existing hydrologic and hydraulic models. • Available City GIS data for the City's existing jurisdiction area as well as the Lea Hill and West Hills annexation areas. • AutoCAD drawings that include drainage infrastructure layers. We will examine the AutoCAD files to determine the most efficient way to transfer drainage infrastructure characteristics (e.g., manhole invert elevations, pipe diameters and slopes) to a separate database for inclusion in the City's GIS system and drainage system hydraulic model (see Task 4). • Recent survey data. • Rainfall time series. • Flow gage data. • Existing studies/reports for the existing City area and the Lea Hill and West Hills annexation areas. • Relevant regulatory information (eg., Water Quality TMDLs). • Condition assessment data. • Maintenance histories and issue summaries. • Record drawings (or contract documents if record drawings unavailable). • Base maps in AutoCAD and/or paper copies. • Information about current sustainable practices and policies. • Additional pump station related data as available, including: - Equipment O&M catalogs. - Operational O&M Manuals. - Loss of power event history. - Overflow records. Drainaga_ExhbitAmm.doc .3 Assumptions: • Collection of drainage pump station information will be coordinated with collection of sewer pump station information. Deliverables: • Spreadsheet inventory of data collected and relevant metadata. Task 3.2 Conduct Interviews Following collection and review of the above information, we will interview City staff to: • Define the City's organizational structure as it relates to operation, maintenance and improvement of the drainage system. • Identify specific business processes and City staff roles and responsibilities in completing these proc- esses, including those processes required by new NPDES Phase II stormwater regulations. • Develop an understanding of the various information management systems available to support the City in drainage system management and reporting. • Collect anecdotal information regarding location and nature of system problems, and City staff ex- perience with past corrective measures. • Collect information related to practices or policies relevant to sustainable drainage design and opera- tions. • Identifypotential "early action" needs. Following the interviews, we will email interview notes to interviewees to validate comments and information collected. Based on the interviews, we will prepare draft business organization and process models and submit them to the City Project Manager for review. We will revise the models based on the City's com- ments. Assumptions: `T'his task focuses on interviews necessary to document practices related to operation, maintenance and improvement of the drainage system. Some of this information will support the Task 6 NPDES gap analysis. However, Task 6 includes additional interviews to address collection of information that is required by NPDES but unrelated to operation, maintenance and improvement of the drain- age system. For example, the City must minimise stormwater pollution potential related to road maintenance practices and other municipal maintenance practices and facilities (e.g., Parks Depart- ment maintenance activities etc.). • Two BC staff will participate in three group interviews with City drainage and maintenance staff. • Each interview will be two hours long. Deliverables: • Meeting sununary notes (e-mail) to each interviewee for review to ensure accuracy. • Draft and revised business models including organization models and process models. Task 4. Evaluate Existing Data, Models, and Information Management Systems BC will evaluate the flow data, system inventory data, hydrologic and hydraulic models, and other information and models collected in Phase 3 in light of the project goals and preluninary LOS criteria established in Task : ~ Drainage_Eth6irAimtdoc 4 2. We will then identify gaps or needs that may need to be addressed in order to complete the Comp Plan. BC will examine the existing drainage model to (1) determine what portions of the drainage system are included in the model and where there are gaps, (2) compare the pipe elevation and diameter data in the model to the drainage system infrastructure available from the City, and (3) identify any connectivity prob- lems, adverse slopes or large drops in the model data that may indicate erroneous data. This task will encompass the Lea Hill and West Hills annexation areas as well as the current City area. We will also identify gaps or needs relative to the systems and/or processes used by the City to manage its stormwater information (e.g., adequacy of existing IT tools to support operation, maintenance and improve- ment of the drainage system). Furthermore, BC will evaluate system inventory and models to identify mismatching or missing data. We will summarize the results of this task in two technical memoranda. Assumptions: • The cost estimate for this task assumes that the bulk of this information is available digitally and will not require extensive compilation, reproduction, scanning, or digitizing by BC. • This task does not include development of specific recommendations to address the gaps. Recom- mendations for addressing data gaps will be identified during Task 7, and implemented in Phase II of this project. • This task does not include the conversion of data files to update the City's infrastructure database or drainage hydraulic model. These activities will occur in Phase II. The existing data review portion of this task is limited to examining the existing drainage system mapping and flow data, developing a strategy for updating the City's GIS data and hydraulic model, and estimating the level of effort re- quired to complete these activities for the Phase II work plan. • This task will document information management system needs related to operation, maintenance, and improvement of the drainage system. The NPDES stormwater permit requires additional in- formation management such as tracking employee training and documenting construction site in- spections. These types of information management will be addressed in Task 6 below. Deliverables: • Draft and revised technical memorandum identifying and prioritizing data gaps with respect to sys- tem inventory and monitoring and discussing recommendations for modeling platform updates or changes during Phase II of this project. • Draft and revised technical memorandum describing existing information management systems and processes and their adequacy to support drainage system operation, maintenance and improvement and NPDES program implementation and management. Task 5. Evaluate Pump Stations During this task BC will conduct field visits and evaluate each drainage pump relative to the preliminary LOS developed during Task 2 This task will consider the physical life expectancy of existing hardware and potential modifications for smoother, more reliable, and more efficient operation. Based on the review of existing information collected in Task 3 and the site visits, BC will present upgrade options, descriptions of relative benefits, and relative preliminary pricing. These upgrade options maybe updated during Phase II based on problem analysis and alternatives modeling. During this task BC will: • Prepare standardized station checklists, information filing systems, photo archives, and a report tem- plate. • Review station documentation collected during Task 3 (each discipline lead). Dainage_ExhbitArrxn.doc • Conduct station site visits. • Evaluate station operation against Task 2 LOS criteria and with regard to current and future capacity, component life, code compliance, safety, maintainability and operability, self cleaning capability, ac- cess, main and utility systems, HVAC, SCADA, security needs, standby power, and sustainability considerations. • Identify early implementation recommendations. • Prepare prelunuiary cost estimates for recommendations. • Sumrnarize recommendations in a draft technical memorandum and meet with the City to review recommendations. • Update the technical memorandum based on City feedback • Recommend a Phase II information management strategy for easy storage, retrieval, and City use of the collected pump station data. • Provide peer review of draft City pump station design standards. • Provide a pump station workshop with City staff. Assumptions: • Site visits to the five drainage pump stations will be conducted with City staff familiar with the opera- tions and maintenance history at each station. • No confined space entry will be required. • The BC pump station assessment team will consist of experts in hydraulic design, electrical and in- strumentation, and structural design. • BC will prepare a photo database. • The technical memorandum prepared for this task will be a stand-alone document. • The technical memorandum will not include discussion of implementation phasing. • Two BC staff will attend one recommendations review meeting of up to three hours in length. • Station capabilityto meet future capacity needs will be assessed after drainage system modeling in Phase II. • Accepted recommendations will be incorporated into the updated GIP during Phase II. Deliverable: • Draft and revised drainage pump station sections of technical Pump Station Evaluation Technical memorandum (overall memo budgeted under Sewer Comp Plan update). • Pump station workshop with City staff to be coordinated with Sewer Comp Plan update. Task 6. Conduct NPDES Program Gap Analysis During this task BC will work with the City's project manager to identify City departments and divisions likely to have a role in NPDES stormwater permit compliance. The City project manager will recommend a small number of key decision-makers and leaders (e.g., Public Works representative, City Attorney representative, Planning representative) to serve on a SWMI' Steering Committee. BC will then conduct a NPDES workshop to discuss permit requirements and NPDES program development activities. At the workshop, City officials will identify additional staff to be interviewed to provide fast-hand information regarding the City's activities. BC team members will then interview appropriate City staff to supplement the information collected during Tasks 3 and 4 with information regarding existing City facilities (e.g., vehicle maintenance shops, landfills) and practices that would be covered bythe new NPDES Phase II permit. Based on review of existing informer tion and the Task 3 interviews, BC will prepare a gap analysis technical memorandum that compares the current status of City regulations, facilities, and activities to Ecolog~s NPDES municipal stormwater permit requirements. The memorandum will also summarize potential implications for the City's NPDES permit Dreinage_ExhbiNmm.doc 6 compliance of water quality issues in receiving waters. Following completion of the gap analysis the BC team will meet with the Steering Committee to review and validate the findings. Assumptions: • Two BC team members will attend two meetings of up to two hours in length with the City's NPDES Steering Committee. • Two BC team members will spend up to two full days at the City conducting staff interviews. Deliverables: • Draft and revised NPDES Program Gap Analysis technical memorandum. Task 7. Develop Phase 11 Work Plan Based on the results of the preceding tasks, BC will develop early action work plans. Early action work plans maybe prepared for activities BC and the City determine should begin before Phase I is complete, independ- ent of the Phase II work plan. Examples of such early action activities could include collection of more detailed inventory data in areas of known drainage problems (eg, the West Main Area), collection of addi- tional data for the Lea Hill or West Hills annexation areas, conversion of paper data to digital format, or development of solutions for identified NPDES violations such as illicit connections. BC will then prepare a draft Phase II work plan. The Phase II work plan will address the detailed modeling and analyses necessary to define drainage problems and evaluate alternative solutions, assess potential sustainable options, define potential system operations improvements, develop NPDES compliance recom- mendations, and update the drainage CIP presented in the Drainage Comp Plan. Assumptions: • NA Deliverables: • Draft and revised work plans for early action activities. • Draft and revised Phase II work plan. Phase 11 Tasks BC anticipates that Phase II of this project will consist of the following tasks: • Task 1 Project Management • Task 2 Implement Early Actions. • Task 3 NPDES Phase II Program Development This taskis not contingent on additional data collection or engineering analyses and thus could begin and run in parallel with tasks 4 and 5. • Task 4 Collect Additional Data. These subtasks will be driven by the Phase I key data gaps evaluation. Data collection may include mapping and system inventory or monitoring information necessaryto support hydrologic and hydraulic modeling. This task mayprescribe data collection in the annexation areas as well as within the current City limits. • Task 5 Hydrologic and Hydraulic Modeling. Hydrologic and hydraulic modeling needs will be defined in the Phase II work plan. Detailed modeling will likely be performed for key problem areas and areas where potential future development could tax the existing system, both within the city as well as in the annexation areas. Drainage_ExhDiWrcn.Aoc 7 • Task 6 Identify and Evaluate Alternatives. BC will work with the City to identify and evaluate potential alternatives to address drainage system problems identified during prior tasks. If capacity problems are identified, these alternatives could include updates to the pump station recommends tions previously developed. Alternative feasibility may necessitate revisiting LOS criteria developed during Phase I. Alternatives may include operational or maintenance improvements as well as capital projects. • Task 7 Recommended Improvements. BC will define and document capital, operational, or maintenance improvements for the City~s drainage system. BC may also recommend improvements for the annexation areas, if deemed appropriate by the City. This task will include CIP preparation. • Task 8 Financial Program Support BC will work with the City to identify and evaluate funding sources for implementing the proposed improvements identified in Task 7 and the NPDES compli- ance recommendations developed during Task 3. Task 9 Stone Drainage Comprehensive Plan. BC will compile deliverables from earlier tasks to create the Storm Drainage Comprehensive Plan. The plan will encompass the Lea Hill and West Hills annexation areas, if deemed appropriate by the City. The activities, deliverables, and assumptions associated with each Phase II task will be defined in detail during development of the Phase II work plan at the end of Phase I. Project Schedule and Cost Estimate As part of preparation of the Project Management Plan (PMP) during Phase I, BC will prepare a GAN'IT chart that lays out a detailed schedule for Phase 1 tasks. Because BC will complete Phase I tasks in close coordination with the Sewer Comp Plan update, the anticipated Phase I completion time-frame is early- Autumn 2008. During preparation of the Phase II project work plan, BC will update the PNII' and schedule GANT"I' chart accordingly. BC anticipates completing Phase II during 2008, although individual elements maybe phased for earlier completion to facilitate NPDES permit compliance. Exhibit B contains a detailed cost estimate for Phase I project tasks and a summary cost estimate for Phase II project tasks. The estimated cost for Phase I is $151,559. The estimated cost for Phase II is $315,000. The total estimated combined cost for Phase I and II is $466,559. BC will invoice the City on atime-and- materials basis for services provided in connection with this SOW. BC will not exceed the total estimated fee without prior written authorization from the City. [DOCUMENT END] ~raina~ ExhbilAmm.doc 8 EXHIBIT B COST SCHEDULE CITY OF AUBURN DRAINAGE COMPREHENSIVE PLAN UPDATE The cost schedule for Phase I of the City of Auburn Drainage Comprehensive Plan appears on the following page. ~t Name: Aubum Drainage Phase I dtl Name: Aubum, Clry of (WA) ~1 R. ~ ~~ ~~~~ paWup Task ~ ~~ . 4000 16.00 0,00 24.00 000 000 0.00 060 000 0.00 000 1600 000 1600 1200 4512.16 140 ~ ~~~ ~ ~.1 ~ r, .: o02 Eslabllsh Goals and Los cdtena .,.: ' DeLvk task o 00 0 0o Doo 000 000 B o0 0 0o o 00 0.00 o oo 0 0o B o o.oo D o0 000 o.oD ~ ~ _r ~,A 002 EslabNsh Goals an4 LOS Cdtena 001 DraN and LOS .200 0.00 000 1.00 000 000 4.00 200 000 000 000 0.00 0.00 000 900 34.~ _~.1-..'_ _~~~, 002 EstaDllsh Goals and LOS Crheda 002 Kkkdl 5.00 000 000 5.00 000 0.00 5.00 000 000 0 00 000 000 000 000 500 738.00 ,x...40 ~ ~ ~ ~ d, 4i 002 Es4ibNsh Goals arM LOS Cdteda 003 ReNse goals and LOS 2.00 000 000 1.W 0 00 000 4.00 100 0.00 000 0.00 0.00 0.00 000 B 00 370,01 1,221.0) .0; 003 Celled b,fortnatlon .••: Delauq Task 0.00 0.00 0.00 000 0.00 0.00 060 000 0.00 0.00 0.00 000 0.00 000 ~ 000 0.00 0. , ~ .. ~ 007 Cclledhformatbn 001 CopediRaNew Edstl htarmation ~ 10.00 0.00 0.00 4.00 4.00 8.00 60 00 20.00 8.00 8.00 0.00 0.00 000 0 00 122 00 5601.92 18506.14 ~i 003 ~~ hfamadan 002 Cmducl/doanneM ylte~y4exa 12 W OAO 0.00 0.00 5.00 0.00 2U 00 O.DO 0 00 0:00 0 00 0.00 0.00 0.00 37.00 1,625.93 5,365.57 1 A ,5i 004 Eval Egstl DaU, Models, 8 MS «•• Delaik Task O00 0.00 0.00 D.00 0.00 0.00 0.00 000 0.00 000 0.00 0.00 0.00 0.00 000 0.00 004 Eval €dstl Data, Modek,6MS 001 DraA dMa meow ~ 800 OAO 0.00 0.00 0.00 0.00 4000 1600 0.00 000 0.00 ~ 2.00 100 0.00 67.00 2,979.23 994.6 ~ ~ t Restsed dale meow 004 Eval Data Madels,BMS D92 4.00 OAO 0.00 OAO 0.00 0.00 24.00 B.QO 0.00 OAO 0.00 100 0.00 0.00 3700 7,60608 004 Eval Eatstl Data, Models 6MS 003.. .DrdiAR memo 60.00 0.00 0.00 OAO 0.00 D.00 0.00 16.00 0.00 OAO 8.00 2.00 2.00 000 88.00 4,539]8 4 1.27 004 Eval DaU, Madeh, N, MS 004 Revised R memo 32.00 000 0.00 0.00 0 DO 0.00 0.00 8.00 000 0.00 4.00 1 AO 1.00 0.00 46 00 2,368.71 7 81 .94 ,,, 005 Evaluate StaBons "" Oefa4l Task OAO OAO 0.00 000 ~ 000 0.00 0.00 000 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 ~ ~~ 005 Evaluate S1a0ons 001 SKe OAO 0.00 0.00 0.00 10.00 20.00 0.00 0.00 20.00 20.00 0.00 . 1.00 100 0.00 7200 3.579b) 1 .. ~ .., 005 Evaluak PO Stations 002 Oran sedan 4A0 - 0.00 2.00 0.00 4.00 .24.00 0.00 0.00 10.00 1 .OD 0.00 1.00 1.00 0.00 56.00 2 6779 ., 005 Evaluate StaSons Q03 Reused ~ sedon ~ 2 8.00 1.00 0.00 4.00 1fi.00 0.00 0.00 500 5.00 0.00 1.00 1.00 0.00 75.00 1.650.94 ~ ~ ~ 005 Evaluate Stations 004 slatlm ~.: 5.00 0.00 0.00 ~ 0.00 000 0.00 0.00 O.DG 0.00 0.00 0.00 0. OAO 0.00 S.DO 247 0 _ B. ,.. ~. , oos NPDES _ ..•. Dapul Task D.oD D:ao D.oo D.oo o.oa o: a.ao o.oo o.oo D.DD o.oo D oo D.oD o,oo o.oo o, aos NpDES aD NPDES s.oD o. o.oo s.aD o.oo oAO is.oa o.ao o,DO m o.ao o.oo ooo oao 2.aD 1,iiD.a oos nFi1ES ao2 ctlnaklldoa.eent hteMews 2o.aD o.oD a,oo o.ao o.oD ooo aa.oa D.oo ouo o,oo aoD o.DO o.oo o.aD 6D oo Aee. 4 006 NPDES 003 OraBtPDES 1600 0.00 0.00 ~~ 4.00 000 0.00 80.00 0.00 OAp 0.00 0,00 . 2.00 2.00 0.00 tOd00 1174. .. ~ 006 NPDES NHI 004 RaNSed NPOE anal 8.00 0,00 0.00 2.00 0.00 0.00 4000 OAO 0.00 0.00 0'.00 .1.00 100 000 5200 2.067. 8 007 PhaseNWarkPlan "•• Task 000 0.00. O.DO 0.00 D.00 0.00 000 0.00 0.00 0.00 0,00 0.00 4.00 0.00 000 OAO 0 001 Phase N Work Plan 001 ~ AGWn PWns 8.00 OAO OAO 2.00 2.00 OAO 16.00 4.00 0.00 0.00 0.00 2:00 1.00. OAO 3500 1 1.93 5 OB. 7 , 007 Dev phase N Woic Plan 00 phase N Plan 8.W 0.00 0.00 2A0 2.00 0.00 16.00 4.00 0.00 0.00 0.00 2A0 1.00 0:00 35. 1,541.93 5 1 252.00 16", 3.00 51.00 ]t AG 68,00 361.00 79.00 p.W 43.00 ~ 2. 32.00 2..D0 16.00 ,019.00 ; .57 1b1, d le K F K K K I N M K J L E F D IRete tlaNeB hats 49 24.74 5 .66 60.68 5fib1 4329 37A8 60S 54.95 49.88 fi2.8T 24.86 26.31 11. 9 x r ° EAarl Rate, tldla7s hour 16J.15 81:64 190.18 00.24 186.81 142:86 123.fi8 199.7 181.34 164.60 207.31 8204 86.82 58.71 EXHIBIT B (CONT'D) COST SCHEDULE CITY OF AUBURN DRAINAGE COMPREHENSIVE PLAN UPDATE The preliminary budget estimate for Phase II of the project is as follows: _ Phase II Task Bud et Estirri<1te Task 1 _ Project Management $30,000 Task 2 Implement Early Actions $20,000 Task 3 NPDES Phase II Pro ram Develo ment $50,000 Task 4 Additional Data Collection $25,000 Task 5 H ulic Modelin $75,000 Task 6 Identif and Evaluate Alternatives $40,000 Task 7 Recommended Im rovements $25,000 Task 8 Financial Pro ram Su ort $15,000 Task 9 Storm Drain e Comprehensive Plan $35,000 Total Phase II Budget Estimate $315,000 EXHIBIT C 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`h For grant/special funded projects there might be other special information needed, reference the LAG manual. 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 tier 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: 821.49 SUB CONSULTANTS (see attached documentation) 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 tier $ 2,860.00 Subconsultant Total: TOTAL DUE THIS INVOICE $ 2,860,00 $ 3,681.49 <rV1Y 1 I~MV 1 vl~l-.~rwv~•~• Amount Totallnvoiced % % Amount Task Authorized Prior Invoiced This Invoice To Date Ex ended Com leted 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 1110101 for Mechanical Engineer task in the amount of $2,000.00. 7A,~. t (o I AMENDMENT #1 TO AGREEMENT NO. AG-C-302 BETWEEN THE CITY OF AUBURN AND BROWN AND CALDWELL RELATING TO THE COMPREHENSIVE STORM PLAN ~ THIS AMENDMENT is made and entered into this day of 2008, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Brown and Caldwell (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-302 executed on the 11 th day of July, 2007. The changes to the agreement are described as follows: 1. CONTRACT TERM: The expiration date of the Agreement for Professional Services will not change and remains December 31, 2009. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $150,000.00. The total contract amount is increased to a total of $616,559.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-302 executed on the 11th day of July, 2007, 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 AND CALDWELL TY-OF AUBURN . . _ ~ . By: J4 Authoriz signature ~ Peter B. L s, Mayor ATTEST (Optional): ATTEST: By: A"Ite Its: Danie E. Daskam, Auburn City Clerk Approved as to form (Optional): rB d as t r,: % Attorney for (Other Party) . ur it y Attorney Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 1 of 13 EXHIBIT A PHASE II WORK PLAN CITY OF AUBURN COMPREHENSIVE DRAINAGE MASTER PLAN UPDATE This VG'ork Plan describes Phase II tasks to be performed by Brown and Caldwell (BC) to assist the City of Auburn (City) in development of a Comprehensive Drainage Master Plan (Comprehensive Drainage Plan). Phase I tasks were defined in Exhibit A to City rlgreement No. AG-C-302. Exhibit A anticipated a phased approach to project completion, wherein the results of Phase I were to be used as a basis for creation of this Phase II Work Plan. Anticipated Phase II tasks were outlined at the end of Exhibit A. Phase I involved evaluation of existing information about the City's drainage system including an evaluation of the City's drainage pump stations and a review of the existing models of the drainage system. Information from the City's newest annexation areas, Lea Hill and the West Hill, were not reviewed as part of Phase I because that information still resided with King County; this information will be reviewed as paYt of Phase II. Phase I also included development of a Stormwater Management Program (SVVMP) to meet compliance Yequirements of the Washington State Department of Ecology's Phase II Municipal NPDES Storm water PeYmit. The NPDES pernzit was issued by the Washington State Department of Ecology (Ecology) in January 2007. The Phase II tasks described below include addressing key data gaps and engineering analyses necessary to complete the Comprehensive Drainage Plan update. Phase II includes development of recommendations for capital improvement projects and other public works acrivities. . T'he remainder of this document describes the activiries, deliverables, and assumptions associated with each Phase II task. Task 1. Manage Project The BC project manager will manage project staff and any subconsultants to ensure compliance with project schedule, budget, and quality control/assurance objectives. BC will also work with City staff to present project staCus reports to stakeholders, such as City Council committees. Assumptions: • The BC project manager will attend up to three (3) project status meetings of up to two-hours each at key project milestones. • Two BC team members will provide presentation support at three (3) Council committee (e.g., Public Works, Planning and Community Development) meetings of up to two hours in length each. Deliverables: • Routine project communications such as email recaps of key decisions and meeting summary notes. • Meeting agendas. • Monthly project status reports. • Monthly invoices. • Draft and revised presentations for three meetings. Task 2. Refine Level of Service Criteria During Phase I, BC developed draft Goals, Levels of Service and Success Measures far operation of the City's Storm Drainage System. During Phase II, BC will work with the City to refine these to ensure they are consistent with City values for operating the stormwater program. BC will also work with City staff to present the proposed LOS and Plan recommendations to a variety of stakeholders, such as the City Council. Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 2 of 13 Assumptions: • Two BC team members will provide presentation support at City Council meetings of up to two hours in length each. Deliverables: • Revised and Final City of Auburn Stormwater Program Goals, Levels of Service, and Performance Measures. • Draft and revised presentations for two (2) meetings. Task 3. Collect Additional Data and Update GIS Layers During Phase I, BC worked with City staff to collect and review available informauon. Of particular importance are data such as manhole locations, pipes dimensions, and invert elevations, which comprise an inventory of infrastructure assets (data inventory). These data exist in several forms: as-built drawings, geospatial information sy-stems (GIS), and as hydraulic models. Data from as-built drawings must be converted to a GIS format for input to hydraulic models, which will be used for analysis and development of capital improvement projects. Task 3.1 Collect Additional Data for Flow and Criticality Models Phase I data review activities identified numerous data gaps and found data in the existing hydraulic models that could not be verified. These findings indicate a need to manually transfer extensive amounts of infrastructure data from as-built drawings to GIS format, and to validate digital data with field data and site survey information. BC will assist the City with identifying and obtaining the information needed to support development of the Comprehensive Drainage Plan, including information such as: • Infrastructure information available on as-built drawings. • Infrastructure infoYmation requiring fieldwork to collect (measure downs, network connectivity). • Pump starion run time data from the City SCr1DA system. • Critical facilities locarions (e.g., hospitals, fire departments etc.). • Infrastructure data from King Counry for recently annexed areas. BC will work with the City to expedite data transfer. BC will systematically input the newly obtained data into digital systems; some of this data must be transcribed from as-built drawings, while other data (e.g., pump station run times) must be extracted from the City's SCADA system into a database or spreadsheet. 'I"hroughout the development of the data inventory, BC staff will work closely with City staff to ensure data needs are clearly communicated and data requests are limited to the most important data sets. Due to the immensity of the infrastructure system, the updating and validation of data for the storm drainage network was prioritized by drainage basins, as described by the 2002 drainage plan' (see Figure 1). The basins were grouped into the following categories: • High Priority - rlreas with known flooding problems were identified as a high priority; data updating and validation will be completed to support the development of a complete and functioning hydraulic model, model calibration, and modeling analyzes for CIP development High priority drainage basins include Basins B, C, D, F, G, H, I, and P. I Tetra Tech, Inc. September 2002. City of Auburn 2002 Comprehensive Dxainage Plan. Prepared far the City of Auburn bv Tetra Tech/KC,\i, Inc., 1917 Fixst :1ve., Seatde, WA 98101. Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 3 of 13 • Medium Prioriry - Areas that do not experience flooding but are located in close proximiry to basins with known flooding problems or areas with substantial development wexe identified as medium priority; data updating and validation will be completed to support the development of a complete and functioning hydraulic model. No model calibration will be performed. If the modeling results for Medium priority basins indicate the potential for flooding, these areas will be flagged for inclusion in the city's Flow Monitoring Plan. Medium priority drainage basins include Basins A, AA, BB, DDD, E, HV, K, L, LS, N, O, R, S, T, U, V, W, X, and Z. • Low Priority - Areas within the previous city limits (i.e., not Lea Hill and West Hill annexations) that do not have known flooding problems and contain relarively little infrastructure. Data updating will be completed within the GIS database; however, no hydrologic model parameters will be developed for these basins and no modeling will be performed under this contract. Low priority drainage basins include Basins J, TT, PPP, and QQ. • Other - All other basins will be addressed through the future work plan. This includes basins covering the recently annexed areas of Lea Hill and West Hi1L Future updating and validation efforts will become elements within the CompYehensive Drainage Plan by formulating recommendations for a phased, multi-year approach to complete the data inventory. T'he Lea Hill basins include Basins 11.AA, CCC, EE, UU, WW, XX, YY, and ZZ. The West Hill basins include Basins M, 00, RR, and SS. The remaining basins include Basins BBB, CCC, DD, EE, FF, GG, HH, II, JJ, KK, LL, NIM, NN, NNN, PP, QQ, YYY and ZLZ. Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 4 of 13 Assumptions: • The budget for this task is based on an assumption that BC will provide staff to work on-site xvith the City to transcribe infrastructure data from as-built drawings. • "I"he City's GIS infrastructure database will be updated for high, medium, and low priority basins. • "I'he City will provide data to BC as needed for the data inventory. • For the high prioritv basins, data updating and validation will be completed to support the development of a complete and functioning hydraulic model, model calibration, and modeling analyzes for CIP development. • Nor the medium priority basins, data updating and validation will be completed to support the development of a complete and functioning hydraulic model. No model calibration will be performed. Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 5 of 13 Figure 1. Stormwater Drainage Basins as Delineated by the 2002 Drainage Plan Deliverables: • Any data collected from the City and modified for use on the project (e.g., updates to GIS lavers) will be provided back to the City for use in updating the City's own databases. Task 3.2 Develop Flow Monitoring Plan As part of Phase 1, BC worked with the City to identify a number of known problem areas. For this task, BC will develop flow monitoring recommendations. The data collected from the recommended flow monitoring will be intended for the City to use to refine future CIP recommendations (i.e., through improving the H/11 model calibration). BC will review the 2002 Drainage plan for relevant information and coordinate with City staff regarding current monitoring efforts, and with H/H modelers to verify drainage problem areas. BC will also research existing data sources that could provide flow or rainfall data (e.g., Department of Ecology, King County, USGS, USACOE project on Mill Creek). BC will conduct a field assessment of existing monitoring stations operated by the City. Information provided by City describes monitoring locations at 21 s` St. Pond, R St. and 201h Ave (`Boat Yard"), Auburn Way South (pump stations), and rain gage at City Hall. BC will also evaluate up to four proposed new monitoring sites based on known drainage problem areas, and discussions with BC modelers. Proposed monitoring locations will likely focus on high- priority problem areas: Basins B, C, D, F, G, H, I, and P. Results from H/H modeling may indicate a need to revise the monitoring locations or propose new ones. Given such results, BC will evaluate up to 16 new tlow andlor water surface level monitoring locations. BC w-ill deeelop a draft and final monitoring plan. "The monitoring plan will identify monitoring objectives, recommended station locations, and station equipment 'I'he plan will also describe recommended processes and levels of effort for raring curve development, data collection, and equipment maintenance. Assumptions: • City staff will accompany BC staff to provide access and/or describe exisring monitoring equipment. • Task includes one day of field work for BC staff to assess up to four (4) existing monitoring stations. • Task includes three days of field work for BC staff to evaluate up to sixteen (16) proposed new flow and/or level monitoring locations. No confined space entry will be required for BC staff during site V1S1tS. • Traffic control (if needed) will be provided bV the City. Deliverables: • Draft, revised and final flow monitoring plan. Task 4. Develop Models Using the infrastructure information collected in Task 3 above, BC will update the MIKE-URBAN drainage model provided by the City, and develop a new, spreadsheet-based asset criticality modeL The criticality model will use data extracted from the updated City GIS system. Task 4.1 Update Hydrologic/Hydraulic Model During Phase I, the City provided BC with a copy of the existing XP-SWMM model of the sCorm drainage system. This model was incomplete, and data used in the model to represent City storm drainage assets could not be verified. Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 6 of 13 The condition of this model and the associated data gaps were described in a Phase 1 technical memorandum. For these reasons the City and BC staff determined the mode] should be re-constructed using the MIKE-URBAN software, with information as obtained from as-built drawings and limited field verification. This process will have two benefits. First, the City will have a model that can be re-used and refined over time. Second, the data tabulation effort will serve the double purpose of completing the City's GIS drainage layer, which will be useful for supporting all mapping related activities, and use of the City's Cartegraph Computerized Maintenance Management System (CMMS). For this task, as the City and BC collect information from as-built drawings (Task 3.1), BC will transcribe the new infrastructure information into digital format for use in the model and GIS. BC will complete the model update by using the corrected infrastructure data to re-delineate basin boundaries. BC will then use historical flood and pump station run time data (as available) to validate the model. Over time, the City will be able to calibrate the model using the results of the flow monitoring described in Task 3.2 above. Assumptions: • City of Auburn staff will collect existing as-built drawings and perform limited field surveying to fill data gaps needed to complete the MIIRE-URBAN storm drainage model. City staff will provide storm drainage pipe, manhole and catch basin infrastructure information to BC. • Calibration will be performed for the drainage basins with flooding problems (see high priority basins, Task 3.1). • The MIKE-URBAN storm drainage model will be updated for medium priority, drainage basins (see Task 3.1), but will not be calibrated. Deliverables: • Updated MIKE-URBAN model of the City's existing drainage system. • Updated GIS coverage of storm drainage infrastructure. The updated coverage will contain location, size and elevation information for manholes and pipes used in the model. The pipe and manhole coverages will contain unique structure names that identify which pipes connect to which manholes and vice versa. Pipe records will include material type and date of installation wherever such information is available to us. Task 4.2 Develop Asset Criticality and Economic Life Models BC will work with City of Auburn staff to develop models that calculate remaining economic life for the City's surface water collection system assets. The model output will include a matrix ranking pipe segments for repair or replacement based on probability of failure and cost of failure data. The following summarizes the approach: Modify BC's Excel-based conveyance economic life decision support models to meet City of Auburn's needs. The model uses `likelihood' of failure data and `consequence' of failure data to calculate a probability of asset failure and the cost of a failure. Some examples of likelihood of failure parameters include: pipe condition, frequency of maintenance activities, and potential corrosion issues. Some examples of consequence of failure parameters include: located underwater, serves essential facilities, and the street type the pipe -is located under. The product of the model is a`Risk Signature' for each asset (a pipe segment or air compressor, for instance). The model output can be used for identification of the relative risk carried by each asset, the economic basis for replaeement and refurbishment (R&R) projects, and the optimal practices for maintenance activities and strategies. Additionally, a prioritized listing of R&R projects, near- term budget forecasts for R&R projects, and input for rate projections will be provided. Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 7 of 13 • Conduct workshops to review use of Criticality and Asset Management principles in R&R planning, select parameters for determining the likelihood and consequence of failures, and identify data needs for failure likelihood and consequence determination. • Determine data gaps for the economic life models and develop action items to collect data and close gaps. • Populate the economic life models with the segments of the surface water collection system. The City will provide the asset detail which Brown and Caldwell will convert for input to the economic life models. • In a workshop setting, review and finalize the economic life models for the surface water collections system. • Prepare a Technical Memorandum describing the economic life model process, initial findings, and an outline of the process steps for optimizing operations, maintenance and R&R strategies and practices. • Support input of economic life model outputs into the City's GIS database and, if appropriate, Cartegraph, the City's computerized maintenance management system (CMMS). Assumptions: • City will provide sufficient asset detail, likelihood of failure, and consequence of failure information to Brown and Caldwell (BC will provide guidance to assist City in addressing this request). • City will review and provide feedback on initial findings. • BC staff will attend up to six (6) meetings at City offices of up to two (2) hours each with up to (3) BC staff attending. • The technical memoranda written for this task will be written to easily be inserted into the Comprehensive Drainage Plan (Task 9). Deliverables: • Surface Water Collections Economic Life Model • Surface Water Collections Economic Life Technical Memorandum Task 5. Develop Capital Improvement Program The capital impxovement program will consist of a list of priorirized projects that, when implemented, will help the City reduce the occurrence of flooding, improve system reliability and better achieve its service goals. Task 5.1 Develop Capacity Projects BC will perform hydrologic and hydraulic modeling of the storm drainage system using the MIIKE-URBAN model to identify locarions where target levels of service are not met (e.g., insufficient pipe capacity causing street Elooding). We will then prioririze problem areas and develop conceptual system improvements to restore service levels. Task 5.1.1 Conduct Hydraulic Analyses to Identify Capacity Problems BC will use the MIKE-URBAN storm drainage model to identify areas where the Ciry's drainage system is inadequate to meet the City's desired level for service foY conveyance capaciry. BC will also use the model to evaluate the effectiveness of potential CIP projects. We will develop hydrologic runoff parameters for the MII,,'_E-URBAN software's MIKE SSWM hydrologic module based on the limited, available storm water flow and depth monitoring data. We will run a long-term simulation using the nearby historical precipitation data to generate a storm water runoff time series. We will Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 8 of 13 route the storm water runofF through the hydraulic module to identify locations of flooding and estimate both the frequency and magnitude of flooding. Assumptions: • The MIKE-URBAN modePs description of the storm drainage infrastructure will be completed in Task 4. BC will run the MIKE-URBAN model and attempt to recreate the types of flooding observed by City staff in the known problem areas. • The initial modeling efforts will focus on portions of the storm drainage system with known capacity problems. Deliverables: • Tabular descriptions of problem areas. These are likely to take three forms 1) detailed descriptions of complex flooding areas, 2) tabular listings of pipes that are predicted to be below capacity, and 3) descriptions of identified problems that appear to be maintenance related. • Map identifying drainage problem areas. Task 5.1.2 Prioritize Problems BC will work with the City to prioritize the identified capacity problems to guide development of project solutions. This prioritization will draw on the LOS and asset criticality information developed in earlier tasks to develop a table that ranks problem areas for engineering analysis. Ranking of problems is necessary because municipalities typically can only address a fraction of their simulated future drainage capacity problems, and engineering resources should be focused to ensure development of practical, comprehensive solutions that are necessary to maintain the City's desired Level of Service. Assumptions: • BC will work with City to develop and assign weights to problem prioritization criteria. Deliverables: • Draft and revised table prioritizing identified capacity problems. Task 5.1.3 Develop Capaeity Solutions For the high priority problems identified and prioritiaed in earlier tasks, BC will conduct engineering analyses to develop project solutions. For complex problems, solutions may consist of up to three alternative system configurations. These projects could include pump stations where improvements are necessary for capacity reasons. Solutions could also include water quality treatment where such integration appears would be both cost-effective and feasible. Assumptions: • Capacity solutions developed in this task may be grouped with R&R projects during creation of the CIP. Deliverables: • Capital project packages for recommended major projects including: problem and project descriptions, I.evel of Service criteria used in solution development, and solution schematics. Task 5.2 Develop Capital Improvement Program BC will work with the City to develop 6-year CIP template that addresses Growth Management Act requirements for capital facilities elements of the City Comprehensive Plan. Then, together with the City, BC will package, prioritize Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 9 of 13 and develop appropriate implementation sequencing for the solutions identified in earlier tasks. For each project, BC will develop planning level capital cost estimates. • BC will incorporate input from capacity requirements, anticipated road construction projects, and R&R needs to develop and group practical, implementable projects. • BC will incorporate the defined levels of service performance measures and goals developed in Phase I and refined in Task 2 to identify performance measure gaps with input from the City. Gaps between the current and anticipated status and the performance measure goals will form the basis for prioritizing the projects on the CIP list. • BC will use an Excel-based LOS-driven CIP Prioritization tool to prioritize proposed projects in terms of the gaps in levels of service that projects address. • BC will propose 6-year and 20-year CIP lists to include into the Comprehensive Drainage Plan (Task 9) based on feasibility and sequencing criteria established by the City. Proposed projects will include conceptual cost estimating done by BC. • CIP work plans will incorporate recommendations from the King County study of Tributary 0452 (West Hill annexation area); BC will include only those recommendarions that City staff identify as having an adequate benefit-cost comparison. Assumptions: • City will provide unit costs based on recent projects. • The City will provide information on anticipated road-projects within the next six (6) years. • The City will provide feedback on parameters for grouping projects, the feasibility of proposed projects, and the level of definition required of projects for sequencing and implementation. • The City will support identifying current and anticipated gaps in the agreed upon performance measures. The City will also provide feedback on a draft weighting of each performance measures produced by BC. • The City will provide input on the anticipated impact each of the proposed projects will have on the identified performance measure gaps. • The City will review and provide feedback on the proposed CIP. • BC staff will attend up to six (6) meetings at City offices of up to two (2) hours each with up to (3) BC staff attending. Deliverables: • 6-year CIP for stormwater drainage system projects. • Project summary packet for each storm water drainage system project. • LOS-Driven CIP Prioritization Tool. • Technical Memorandum on LOS-Driven CIP Prioritization Tool. Task 6. Recommendation for Operation and Maintenance Program BC will make a recommendation for the City to develop a storm drainage system operation and maintenance (O&M) program under this task. BC will not develop a complete plan for the program, but instead will outline and summarize key elements of a suitable O&M program. The program will provide the framework for transitioning the City's maintenance efforts from a reactive state to a planned maintenance environment Such a program is essential z King County. September 2008. Draft Altexnauves Analysis Repoxt, Tributary 045 Ravine Stabilization Capital Improvement Project, Project UD1871. King County Depaxtment of Natural Resouxces and Paxks, Watex and Land Resources Division, 201 South Jackson Street, Suite 600, Seatde, Washington, 98104. Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 10 of 13 to transitioning expert knowledge of experienced City staff into reoccurring action plans supporting the City values and regulatory compliance. The recommendaCion for developing an O&M program will become a recommended future activity within the Comprehensive Drainage Plan. Assumptions: • BC will write a brief technical memorandum summarizing key elements of an O&M program. • The technical memorandum written for this task will be written to easily be inserted into the Comprehensive Drainage Plan (Task 9). Deliverables: • Draft and final technical memorandum. Task 7. Support Rate Study BC understands that the City plans to perform a rate study for all three utilities under a separate contract. Far this task, we would collaborate with Che City's rate study consultant to provide input necessary to identify future rate changes (if any) necessary to support implementation of the proposed CIP and to address long term trends suggested by the economic life model for system assets. Assumptions: • BC to provide project and CIP information to the City's rate study consultant. Deliverables: • CIP and project cost estimate information. Task 8. Define Sustainability Approach 1"he BC project team will engage members of the BC Sustainability practice to 1) define sustainability for the City of Auburn in the context of starmwater utility management and 2) identify opportuniries to incorporate sustainability concepts into the Comprehensive Plan. Assumptions: • This task does not include an assessment of the City's current sustainability practices, nor does it evaluate methods for improvement. Deliverables: • The results will be used to write a brief statement of the City's sustainability approach for inclusion in the Comprehensive Drainage Plan. • BC will also make a recommendation for future activities that will help to better assess and define the City's sustainability approach. Task 9. Prepare Storm Drainage Comprehensive Plan BC will compile deliverables from earlier tasks to create the Storm Drainage Comprehensive Plan. The plan will also incorporate some recommendations from the King County study of Tributary 045 (West Hill annexation area); BC will include only those recommendations that City staff identify as having an adequate benefit-cost comparison. Assumptions: • City project manager will compile and reconcile all City comments on the draft plan. Deliverables: • Draft and revised Plan outline. • Preliminary Draft, Planning Commission/Public Public Review draft, Council Review Draft, and Final Comprehensive Drainage Master Plan. Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 11 of 13 Task 10. Support NPDES Phase 11 Program fmplementation During Phase 1, BC assisted the City in development of a Stormwater Management Program (SWMI') as necessary to for compliance ,vith the March 31, 2008 deadline contained in the Ecology Phase II NPDES Stormwater Permit. For this task, BC will assist the City in implementing the activities described in the S\VMP. Support activities are expected to include help in selecting a manual, adoprion strategy development and help with the adoption process. Assumptions: • There are a variety of activities in the SWMP requiring BC support For this task, the City will provide email notification of specific support areas needed. • The budget for this task is an allocation of $3,000. Deliverables: • 'To be determined in collaboration with the City NPDES Program Coordinator. Phase 11 Schedule and Cost Estimate Schedule will be adapted to meet the needs of the City for attaining City Council approval and ultimate plan adoption. In general, Phase II activities will meet the following milestones: • Draft CIP recommendations to be presented to the City Council Public Works committee by the end of November 2008. • Draft Level-of-Service memorandum to be submitted to the County in October 2008, and a revised version to be presented to the City Council Public Works committee by end of November 2008. • Draft Comprehensive Drainage Plan by middle of January 2009. • Final Comprehensive Drainage Plan in Spring 2009. Exhibit B contains a detailed cost estimate for Phase II project tasks. The estimated cost for Phase II is $450,560. BC will invoice the City on a time-and-materials basis for services provided in connection with this SOW. BC will not exceed the total estimated fee without prior written authorization from the City. Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 12 of 13 of Auburn Comprehensive Drainage Master Plan 010 Manage Project 37,447 43,116 33,905 9,211 020 Level of Service Criteria, Support Stakeholder Irnrolvement 2,377 4,288 1,388 2,901 030 Collect Additional Data and Update GIS Layers 102,277 219,481 110,706 108,775 040 Develop Models 51,184 51,653 42,063 9,591 050 Develop Capital Improvement Program 82,130 41,732 3,145 38,587 060 Recommendation for Operation and Maintenance Program 38,940 4,252 1,954 2,298 070 Support Rate Study 2,919 2,104 100 2,004 080 Define Sustainability Approach 9,749 2,910 0 2,910 090 Prepare Storm Drainage Comprehensive Plan 43,922 47,828 5,928 41,900 100 Support NPDES Phase II Program Implementation 25,531 3,264 3,230 34 GRAND TOTAL 396,476 420,628 202,419 218,210 Notes: Task 010 increased by approxirrotely $5,700, al/ows foraddifional cooalination, QA/QC, task rr,anagerrient. Task 020 increased by approximately 900 to provide additional tir7w forrefining LOS cnleria. Task 030 increased by approxirr,ately $1 >7,200; for system inventory and flow rrinniforing plan Task 040 increased by approxirrately $500 due to changes in statf working on this task. Task 050 decreased by approximately $40.400, reduced number of C/P, only one or two ClP projects peryear are feasib/e. Task 060 decreased by approxirmtely $34, 700, O&Nl plan wiU becorre a plan e%nt Task 070 decreased by approximately $800 due to changes in staff working on this task. Task 080 decreased by appvximately $6, 800, sustainability approach will becorr;e a plan e%rmnt. Task 090 increased by apploximately $3, 900 based on adjustfmnts to the estimated leve/ of effott. Task 100 decreased by approximately $22, 300, budget allocation estimated for NPDES suppod. Original ContractAmount 466,559 Phase 1 Completed 196,894 Remainder after Phase 1 269,665 Remainder after Phase 1 269,665 Spentto Date in Phase 2 202,419 Remaining Authorized Budget 67,246 Phase 2 Adjusted Budget 420,628 Remainder after Phase 1 269,665 Additional ContractAmount 150,963 Amendment No. 1 for Agreement No. AG-C-302 Brown & Caldwell Page 13 of 13 A ---I) . I .'7 AMENDMENT #2 TO AGREEMENT NO. AG-C-302 BETWEEN THE CITY OF AUBURN AND BROWN AND CALDWELL RELATING TO THE COMPREHENSIVE STORM PLAN THIS AMENDMENT is made and entered into this \5~4`day of ~AAe - , 2008, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Brown and Caldwell (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-302 executed on the 11th day of July, 2007. The changes to the agreement are described as follows: 1. CONTRACT TERM: The expiration date of the Agreement for Professional Services will not change and remains December 31, 2009. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $35,000. The total contract amount is increased to a total of $651,559.00. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-302 executed on the 11th day of July, 2007, 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 AN CALDWELL IT-~Y- F AU `,------F , ---~--y' By. Authorize signature VL,f .t~5/0EP/T Pe er B. Lewis, Mayor ATTEST (Optional): ATTEST: ey: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approved as to form: iLl- ~ Daniel B. Heid, Auburn City Attorney Attorney for (Other Party) Amendment No. 2 for Agreement No. AG-C-302 Brown & Caldwell Page 1 of 4 EXHIBIT A COMPLETION OF THE DRAINAGE PLAN DOCUMENT CITY OF AUBURN COMPREHENSIVE STORMWATER DRAINAGE PLAN UPDATE In November 2008, Brown and Caldwell (BC) began Phase II for completion of the City's Comprehensive Stormwater Drainage Plan (Drainage Plan). The following sections describe additional scope items not included in the original Phase II Work Plan (see Exhibit A of Amendment #1 dated November 13, 2008). The estimated cost to complete the drainage plan as determined at the time of Amendment #1 was based on the scope of work laid out by the Phase II Work Plan, and therefore, did not include adequate costs to cover the additional scope items described hexein. The estimated cost for these additional items is provided in the last section: "Cost Estimate." Scope of Work The following tasks are organized according to the original Phase II Work Plan. Task 1. Manage Project The Dxaft Drainage Plan has gone through a series of Yeviews by several people in the Department of Public Works and the Planning Department, which has resulted in a number of comments, changes, and additions coming in over a period of several weeks. This has required additional coordination between City staff and the BC Project Team, and has also required the project management task to continue beyond the originally anticipated time frame. Task 2. Refine Level of Service Criteria No additional item.r. Task 3. Collect Additional Data and Update GIS Layers BC will conrinue to work with City staff to update and improve the City's inventory of stormwater infrastructure. This effort requires that data be transferred from as-built drawings to GIS format, and when necessary, to validate digital data with field data and site survey informarion. Due to the size of the system, the inventory process was divided by drainage sub-basin and prioritized according to planning needs. The initial scope called for 8 high-priority sub-basins, 19 medium-priority sub-basins, and 4 low-prioriry sub- basins to be updated as part of this projectl. This left 30 sub-basins classified as "other," which are to be updated as part of future data inventory efforts. As work progressed on the prioritized sub-basins, two of the medium priority sub-basins (identified as T and LS) were found to need a substantial amount of field work and were moved from medium-priority to "other." The additional work included under this task is to be used to continue the data inventory process for the remaining sub-basins including T and IS. Task 4. Develop Models No additional item.r. 1 Prioriries wexe based on areas with known dxainage pxoblems, pxoxiinity to known dxainage pxoblems, age of the system, and the relative amount of infxastructure. Amendment No. 2 for Agreement No. AG-C-302 Brown & Caldwell Page 2 of 4 Task 5. Develop Capital Improvement Program No additional item.r. Task 6. Recommendation for Operation and Maintenance Program No additional item.r. Task 7. Support Rate Study No additional item.r. Task 8. Define Sustainability Approach No additional items. Task 9. Prepare Storm Drainage Comprehensive Plan The effort involved in revising the Drainage Plan as it goes through the adoption process has become greater than what was anticipated in the original scope. In all, four versions of the Drainage Plan are to be submitted to the City: Preliminary DYaft, Planning Commission Review Draft, Council Review Draft, and Final Comprehensive Drainage Plan. The additional effort required to produce the deliverables stems from the following: ■ A large number of hard copies and digital data discs have been required for submittals. The Planning Commission Review Draft required 7 hard copies and 7 digital data discs. It is anticipated that the Council Review Draft and Final Plan will require more copies. ■ The comments received on the Planning Commission Review Draft have come over the course of several weeks and in separate sets for each reviewer. Receiving comments in separate sets often requires coordination and additional discussions with Storm Utility staff to reconcile differences or to obtain clarification. ■ The comments from several reviewers have been more extensive than anticipated, and in many cases require additional coordination between BC, Storm Utility staff, and the reviewer. For example, comments received from the Director of Public Works had extensive concerns regarding capital improvement projects; the BC Project Team conducted a phone call with Storm Utility staff to discuss an approach, and then produced a revised version of the capital improvements chapter along with talking points for a meeting between the Director of Public Works and Storm Utility staff. ■ Some of the comments required the BC Project Team to revisit specific capital improvement projects to rule out additional alternatives suggested by the reviewer. ■ Presentation materials were developed to support the City's project team during the adoption process. For example, PowerPoint presentaCion slides, handouts, and poster-sized maps were created for use in presenting updates on the plan to the Public Works Committee and at the Public Open House. Estimated costs for revisions to the Drainage Plan working toward adoption of the Final Plan are included in the "Cost Estimate" section. Task 10. Support NPDES Phase 11 Program Implementation No additional item.r. Amendment No. 2 for Agreement No. AG-C-302 Brown & Caldwell Page 3 of 4 Cost Estimate The following is a breakdown of the estimated additional costs for completing the Drainage Plan: .b -d Costs Task Description Cost Task 1: Additional project management time (coordinating staff, progress reports, etc.) $2,000 Task 3: Continue data inventory for remaining sub-basins $10,000 Task 9: Preparation and transmittal of additional hard copies and digital data discs $8,000 Task 9: Additional coordination for several sets of review comments $2,000 Task 9: Addressing substantial comments (e.g., new problems, alternatives, maps, etc.) $9,000 Task 9: Preparation of additional materials for meetings and presentations $4,000 Total $35,000 [DOCUMENT END] Amendment No. 2 for Agreement No. AG-C-302 Brown & Caldwell Page 4 of 4 ~ t r " . x AMENDMENT #3 TO AGREEMENT NO. AG-C-302 BETWEEN THE CITY OF AUBURN AND BROWN AND CALDWELL RELATING TO THE COMPREHENSIVE STORM PLAN THIS AMENDMENT is made and entered into this ,-30 ~A' day of 2009, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Brown and Caldwell (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-302 executed on the 11th day of July, 2007, and amended bV agreement dated the 13th day of November 2008, and amended by agreement dated the 15 day of October, 2009; The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to June 30, 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 and subsequent amendments. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-302 executed on the 11 th day of July, 2007, 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 AND CALDWELL BY: 6• a signature ATTEST (Optional): ATTEST: gy. Its: anielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approvgd as to form: r, Attorney for (Other Party) Daniel B. Heid, Auburn City Attor ey Amendment No. 3 for Agreement No. AG-C-302 Brown & Caldwell Page 1 of 1