Loading...
HomeMy WebLinkAboutRoth Hill Engineering Partners LLC AG-C-295 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-295 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 Roth Hill Engineering Partners, LLC, whose address is 2600 116tH Avenue SE, Suite 100, Bellevue Washington, 98004, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK. See Exhibit A, which is attached hereto and by this reference made a part of this Agreement. 2. TERM. The CONSULTANT shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by December 31, 2008 and can be amended by both parties for succeeding years. The established completion time shall not be extended because of any delays attributable to the CONSULTANT, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by an act of GOD or governmental actions or other conditions beyond the control of the CONSULTANT. A prior supplemental Agreement issued by the CITY is required to extend the established completion time. Agreement for Professional Services AG-C-295 April 2, 2007 Page 1 of 11 3. COMPENSATION. Compensation will be on a time and material basis, not to exceed $376,300. Hourly rates will be based on Exhibit B, which is attached hereto and by this reference made a part of this Agreement. The CONSULTANT shall submit an itemized invoice to the CITY prior to payment, in a form similar to that attached as Exhibit C of this Agreement. The CONSULTANT shall be paid by the CITY for direct non-salary cost, per attached Exhibit B, at the actual cost to the CONSULTANT. These charges may include, but are not limited to the following items: outside reproduction fees, courier fees, mileage, and materials and supplies. For sub consultants, the CONSULTANT shall be paid at the actual cost to the CONSULTANT plus 10%. The billing for non- salary cost, directly identifiable with the project, shall be submitted as an itemized listing of charges supported by copies of the original bills, invoices, expense accounts and miscellaneous supporting data retained by the CONSULTANT. Copies of the original supporting documents shall be supplied to the CITY upon request. All above charges must be necessary for the services provided under the Agreement. In the event services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification shall be negotiated and approved by the CITY prior to any effort being expended on such services. 4. SUBCONTRACTING. The CITY permits subcontracts for those items of work necessary for the completion of the project. The CONSULTANT shall not subcontract for the performance of any work under this AGREEMENT without prior written permission of Agreement for Professional Services AG-C-295 April 2, 2007 Page 2 of 11 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. 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, Agreement for Professional Services AG-C-295 April 2, 2007 Page 3 of 11 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-295 April 2, 2007 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. If the consultant is a sole proprietor, the parties agree that Industrial Insurance would be required if the CONSULTANT had employees. However, the parties agree that a CONSULTANT who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the CONSULTANT'S profession, with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability, and Commercial General Liability insurance: a. The CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY. Any insurance, self insurance, or insurance pool Agreement for Professional Services AG-C-295 April 2, 2007 Page 5 of 11 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 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 Agreement for Professional Services AG-C-295 April 2, 2007 Page 6 of 11 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. 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; Agreement for Professional Services AG-C-295 April 2, 2007 Page 7 of 11 (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. 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. Agreement for Professional Services AG-C-295 April 2, 2007 Page 8 of 11 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. 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. Agreement for Professional Services AG-C-295 April 2, 2007 Page 9 of 11 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: Ben Hennebert 25 W Main Street Auburn WA 98001 Phone: 253.804.5061 Fax: 253.931.3053 E-mail: bhennebert@auburnwa.gov Roth Hill Engineering Partners, LLC Attn: Lara Kammereck 2600 116th Ave SE, Suite 100 Bellevue, WA 98004 Phone: 425.869.9448 Fax: 425.869.1190 E-mail: Iammereck@rothhill.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 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-295 April 2, 2007 Page 10 of 11 CITY N Peter B. ewis, Mayor Date ~~ 13, z~c3~ ATTEST: ~~ ~ ~, ,,,~. ROTH HILL ENGINE~ING PAI~'11rERS, LLC BY: Tlt ~ r %` F _5 ~i'(~ ~'i 1 Federal Ta~C ID # ~~ -~ i Agreement for Professional Services AG-C-295 April 2, 2007 Page 11 of 11 ~AT1-~ A. RICHARD ON APPROVED AS TO FORM: EXHIBIT A SCOPE OF SERVICES City of Auburn 2007 Water Comprehensive Plan Update March 2007 Roth Hill Engineering Partners, LLC PROJECT DESCRIPTION AND PURPOSE The following is a draft scope of work for the pending Water Comprehensive Plan update (Comp Plan). The majority of work associated with the Comp Plan update will be completed by the Consultant. However, some tasks and task elements will require the participation of City staff from the Planning, Finance, and Public Works Departments. This scope is developed to describe the content and purpose of the Plan update, determine tasks to be completed for the update of the previous plan, and identify the resources necessary to accomplish those tasks. The Comp Plan update will be based on WAC 246-290 standards and on the State of Washington Department of Health (DOH) regulations. The plan will include a 20-year Capital Improvements Plan (CIP) for the years 2008 through 2028. The 2001 Water Comprehensive Plan will be used as the basis for this scope of work. The following tasks under this Scope of Services have been prepared following the format of the City's Draft 2007 Water Comp Plan update Scope of Work. These tasks are for the preparation of the City of Auburn's Water Comprehensive Plan Update: SCOPE OF SERVICES AND TASKS The scope of services for the above project will consist of the following tasks: Task 1 -Project Management This Task includes the City's Tasks 1.1 through 1.3, Correspondence and Coordination with City of Auburn, Staff and Sub-Consultant Management and Progress Meetings. • Project management includes production and implementation of the project plan, schedule, and budget. Assist the project team members in the implementation of the task items, reviewing the work-in-progress reports. • Project coordination and communication with the City including; internal and external meetings, project file management, and status, budget, and schedule updates. • Prepare and submit monthly activity reports showing current project status and identifying key issues or elements of the project that will need to be addressed in the proceeding weeks. For each task, provide a comparison between the percent of work completed versus the percent of budget expended. • Attend 8 quarterly progress meetings with City staff and key team members that will be scheduled at project milestones. These meetings will help to maintain the project schedule and success of the project meetings. Meetings will include: o Develop and distribute a detailed meeting agenda one week before each scheduled meeting, outlining key project issues and decisions to be discussed. o Administer meetings to ensure all issues are discussed in a timely and efficient manner. i~ Page 1 of 10 R o t h H i l l F:\0029Wuburn Water Plan_031507Final_Scope of Services.doc \./ Exhibit A -Scope of Services City of Auburn March 15, 2007 o Record meeting minutes and distribute to all key team members. Minutes will clearly define all issues and decisions discussed during the meeting. Attend one (1) kick-off meeting with Department of Health. Task 2 -Mapping The objective of this task is to assist the City with miscellaneous mapping efforts as directed by the City Staff. This may include updating the City's ESRI GIS mapping, update GIS shape files, field verification/system inventory, and development of detailed water system inventory maps. The effort for this task has not been thoroughly defined and will be per the direction of City Staff. The budget is estimated not to exceed $50,000. Task 3 -Hydraulic Modeling and Analysis The purpose of this task is to update the current hydraulic model to perform the analysis in accordance with proposed policies and criteria to identify projected deficiencies as part of the Existing System Section (Task 7). The hydraulic modeling task will also involve developing recommended improvements to the system in support of the Recommended Improvements Section (Task 11). The hydraulic modeling task includes the following: • Attend City meeting wherein the current hydraulic model reflecting most recent water system improvements will be reviewed. • Utilize new WaterGEMS software to create new hydraulic model from existing WaterCAD model • Update the current hydraulic model to include the existing field verified sections, additional improvements recommended by City Staff, add any significant missing water system improvements made in the City since the last Comprehensive Plan. • Establish and verify appropriate model settings and parameters (such as tank levels, pump curves, etc.) using data provided by City, including SCADA information. • Incorporate data from model of Lakeland Hills service area, developed through a separate project. • Develop recommendations regarding calibration of hydraulic model. Coordinate with City to select flow test locations for the purpose of model calibration (City to perform field flow testing). Calibrate hydraulic model by adjusting the roughness coefficients to appropriately match the age and material of the network piping. • Update existing and future demands in the hydraulic model, based on planning projections. Develop model demands for the current (2007) system. Develop model scenarios for to the 2014 and 2028 planning periods for average daily demand (ADD), maximum daily demand (MDD) and peak hour demand (PHD). • Perform an analysis of the system evaluating the fire flow and the system pressure per DOH regulations and guidelines based on recommended water system policies and criteria from Task 5. The analysis will include the current (2007) system, in addition to projected 6-year and 20-year scenarios, including a pressure analysis for peak-hour demands and afire-flow analysis during maximum day demand conditions. The hydraulic analysis will focus on distribution and transmission systems and pump stations, in support of the Existing System Section (Task 7). • Identify system deficiencies relating to storage, fire flow, and pressure, based on hydraulic modeling analysis. Develop alternative solutions in model to correct deficiencies, with City input, in support of the Recommended Improvements Section (Task 11). • Conduct storage needs analysis and provide summary in Technical Memorandum No. 1 to the City for review prior to the incorporation into the Plan under Task 14. • Meet with City to discuss findings in Technical Memorandum No. 1. ~~ Page 2 of 10 R o t h H i l l F:\0029Wuburn Water Plan_031507Final_Scope of Services.doc ~/ Exhibit A -Scope of Services City of Auburn March 15, 2007 • Develop a hydraulic profile of the system of the existing system in 11 x 17-inch format. • Summarize modeling efforts, including method of calibration, into a Technical Memorandum No. 2 for City review prior to incorporating the information into the Plan under Task 14. • Meet with City to discuss findings in Technical Memorandum No. 2. • Technical Memorandums No. 1 and No. 2 will be used for the basis to prepare Chapter 9 for incorporation into Task 14. • Provide the City one electronic copy of the final calibrated model on CD. • Writing, formatting, and review. Task 4: Planning Consideration This Task includes basic information that will serve as a foundation for developing a comprehensive program that will meet current and future water system needs. Tasks involved include: • Review and update the Planning Considerations section of the 2001 Comprehensive Plan. • City to provide pertinent city and system policies, new interlocal agreements, and update recent history since the adoption of the 2001 Comprehensive Plan. • Update the Ownership and Management, water facilities inventory and system background sections as needed. City to provide new history information, number of service connections (existing and approved) and most recent WFI forms from DOH. • City to provide existing Group A water systems within the water service area from DOH. • Gather and summarize related comprehensive water plans from the neighboring purveyors and other related plans. • City to provide the neighboring/adjacent purveyors map with current boundaries. • City to provide agreements with neighboring purveyors. • Update existing descriptions of existing and future service areas, characteristics, and service area agreements utilizing other developed City Planning documents. • Update water service area boundary in 11 x 17-inch format. • Prepare portion of draft Chapter 2 for incorporation into Task 14. • Writing, formatting, and review. Task 5: Level of Service/Policies The objective of this Task is to summarize the policies, criteria and standards related to the administration, expansion, operation and maintenance of the system such as the services, areas, customer service, system reliability, fire protection, water system design, environmental stewardship, conservation and finance. Tasks involved include: • Review and update the level of service criteria section of the 2001 Comprehensive Plan. • City to provide water related code and policies: specifically design and construction standards, service area policies, satellite management, duty to serve and conditions of service. • Prepare draft policies, criteria, and standards for City review. • Meet with City staff to review draft policies, criteria and standards. • Incorporate City review comments for City final review and acceptance. • Prepare portion of draft Chapter 2 and draft Chapter 3 for incorporation into Task 14. • Writing, formatting, and review. ~~ Page 3 of 10 R o t h H i l l F:\0029Wuburn Water Plan_031507Fina1_Scope of Services.doc ~~ Exhibit A -Scope of Services City of Auburn March 15, 2007 Task 6: Water Requirements This Task is a priority and is to define basic planning data, future land use and future water demands, so that City can adequately plan to accommodate its water needs. This Task will summarize the existing and future land use, zoning, employment, and population data. It will also analyze the historical water consumption and project the water consumption for the City for the next 20 years. This evaluation will be performed for each pressure zone, existing or proposed through the planning period and saturation development. Tasks involved include: • Review and update the Water Requirements section of the 2001 Comprehensive Plan. • City to provide current and anticipated land uses, population history and forecast and intertie obligations. • City to provide historical water produced and water sales data monthly per customer class including wholesale customers in electronic form for the past five years in a summarized in an Excel format. • City to provide accounted for and non-revenue water. • Review data from City and analyze historical water use patterns including average (ADD) and maximum (MDD) day demands, in accordance with the Department of Health regulations and standards. Establish ERU value. • Meet with City to discuss historical water use and established ERU value. • Use existing population and household forecasts through the end of the planning horizon (2027) within the water service area from Puget Sound Regional Council Transportation Analysis Zoning (TAZ) to develop the future growth rates. • Meet with City to discuss population and household forecasts. • Develop water demand projections through the planning horizon (6-year, 10-year and 20-year) and for saturation. This will be performed in terms of MDD, ADD and total service connections (ERUs) within the water service area. • Meet with City to review water demand projections. • Incorporate City comments from each meeting discussed above. • Prepare existing zoning, land use and TAZ maps for inclusion in the Comprehensive Plan listed under Task 14. • Prepare draft Chapter 4 for incorporation into Task 14. • Writing, formatting, and review. Task 7 -Existing System The objective of this Task is to update the Existing System section of the City's 2001 Comprehensive Plan to include system modifications, expansions and improvements, and changes in water operations since its adoption. This Task includes the City's Task 7.1, System Assessment. Tasks involved include: • City to provide a detailed list of completed improvements since the 2001 Comprehensive Plan was adopted. • Evaluate components of the City's water collection and distribution system including recommendations of all mapping and date available to develop pipe replacement program. • Evaluate all other components of the City's water system including well houses, reservoirs and booster pump stations, and provide recommended upgrades or modifications for inclusion in the updated CIP. • Prepare Technical Memorandum No. 3 that summarizing the facility evaluation for review by the City. • Meet with City to review findings and discuss Technical Memorandum No. 3. ~~ Page 4 of 10 It o t h H i l l F \0029Wuburn Water Plan_031507Final_Scope of Services.doc ~/ Exhibit A -Scope of Services City of Auburn March 15, 2007 • Update Existing System section for inclusion in the 2007 Comprehensive Plan discussed under Task 14. This section will included information from completed mapping (Task 2 - discussed earlier herein), Technical Memorandum No. 3 and system improvements completed since the 2001 Comprehensive Plan. • Prepare existing water system maps in multiple 11 x 17-inch format, to be included in Comprehensive Plan listed under Task 14. • Prepare draft Chapter 5 for incorporation into Task 14. • Writing, formatting, and review. Task 8: Water Resources The objective of this Task is to develop a program to protect, and if possible, improve, source waters used by public water systems. This Task will review the existing water supplies and provide an evaluation of the existing water rights and perform a water system reliability analysis. Additionally, this Task will summarize the existing source water protection plan, report any deficiencies, and update the plan in accordance with DOH regulations and guidelines. Tasks involved include: • City to provide existing water rights, pending water rights application and DMS source production data. • City to provide supply sources and alternatives developed by Northwest Land & Water, existing water rights, pending water rights applications and Groundwater and Well Head Protection Plans for summary in this section. • Review existing sources of supply for the entire City Service Area. Evaluate the adequacy of the existing water supply facilities and water rights for the future demand projections. • Review source supply alternatives, pumping capacities, coordinate this review and documentation with Northwest Land and Water and prepare a summary for Technical Memorandum No. 4 for City review. • Meet with City to discuss Technical Memorandum No. 4. • Perform an analysis of the City's water source reliability and report any deficiencies. • Incorporate Northwest Land & Water's review of the existing source water protection plan including any noted deficiencies. • Prepare draft Chapter 6 for incorporation into Task 14. • Writing, formatting, and review. Task 9: Water Quality This Task will summarize the City's latest draft of its Water Quality Monitoring Plan. • City to provide draft Water Quality Plan. • Review Plan for compliance with current regulations. • Prepare Technical Memorandum No. 5 discussing impacts of potential regulatory changes. • Meet with Staff to discuss Technical Memorandum No. 5. • Incorporate staff comments into City's draft Water Quality Plan. • Prepare four (4) hard copies and one (1) CD version of the Final Water Quality Plan for the City's Use. • Summarize Final Water Quality Plan to prepare draft Chapter 7 for incorporation into Task 14. • Writing, formatting, and review. ~~ Page 5 of 10 R o t h H i l l F:\0029\Auburn Water Plan_031507Final_Scope of Services.doc ~/ Exhibit A -Scope of Services City of Auburn March 15, 2007 Task 10: Water Conservation Planning The objective of this Task is to develop a program to protect, and if possible improve, source waters used by the water system. This is accomplished by identifying, monitoring, limiting and controlling (to the extent feasible), all facilities and activities within the watershed or zone of contribution which may adversely impact source water quality. Tasks include: • City to provide existing conservation plan. Review and evaluate effectiveness of conservation program. Determine if Water Use Reporting requirements are being met, as required by Municipal Water bill (2E2SHB 1338) Guidance Document and the Water Use Efficiency Rule. • City to confirm and develop conservation goals for the next six years in accordance with state and local guidelines. • Roth Hill to provide new water demand including charts/graphs as needed. • Meet with City to discuss new conservation measures that will be incorporated into the updated conservation program to meet new water demands for the 6-and 20-year planning horizons within the water service area and update budget for new program. • Evaluate sources of alternative supply, such as Reclaimed Water, as required by Municipal Water Bill (2E2SHB 1338) Guidance Document. • Prepare draft Chapter 8 for incorporation into Task 14 and stand-alone Conservation Program. This Chapter will be renamed to Water Use Efficiency based on the new requirements effective January 22, 2007. • Writing, formatting, and review. Task 11: Recommended Improvements This Task will summarize the recommended improvements for the sources of supply, storage, distribution and transmission, and pressure zones in accordance with the DOH standards and City policies under Tasks. Total project costs will be developed for each recommended improvement and ranked by priority. Additionally, improvements will be shown on maps. Tasks involved include: • Develop and describe improvement prioritization methodology jointly with City. This will be achieved with one (1) meeting with City Staff. • Summarize the recommended system improvements for the short term (6 years), medium term (10 years) and the planning horizon (long-term - 20 years). • Review initial draft of improvements with City staff. • Develop budget and schedule for recommended improvements for the short (6 years), medium (10 years), and long-term (20 years). • Prepare draft Chapter 10 for incorporation into Task 14. • Prepare existing recommended improvement maps in multiple 11 x 17-inch format, to be included in Comprehensive Plan listed under Task 14. • Writing, formatting, and review. Task 12: Financial Program This Section will be prepared by the City's financial consultant that will be secured later in the projects. This will occur after the rate and charges consultant has been selected by the City. The objective of the financial program is to identify the total cost of providing water service, assure that the utility improvement schedule will be implemented, and assist in establishing adequate fees for service. The financial program will be coordinated with the Improvement Program. The tasks generally involved include ~~ Page 6 of 10 R o t h H i l l F:\0029Wuburn Water Plan_031507Final_Scope of Services.doc `/ Exhibit A -Scope of Services City of Auburn March 15, 2007 • Request data identifying financial and operational documents pertinent to the performance of the study. Review, analyze, and validate data as necessary for use in formulating the technical analyses. • Review and document the financial operations (revenues and expenses) and financial condition (assets and liabilities) of the water utility for the previous 6-year period. • Review the City's current fiscal policies for operating and capital reserves, system reinvestment funding, and debt service coverage. Recommend revised policies, as warranted, for incorporation into the capital financing plan and revenue needs assessment. • Evaluate capital funding options, and develop a capital financing plan for the 6-year and 20-year Capital Improvement Program including a forecast of capital funding needs, borrowing requirements, and associated cash flows and cash balances over the study period. Evaluate and recommend an appropriate balance of funding from cash, connection charges, bonds, and other available revenue sources. • One (1) meeting with City Staff to review the draft Financial Program. • Prepare the draft Financial Chapter for City staff review. Incorporate requested changes, as appropriate, and submit the final version of the Chapter 11. • Coordination with financial consultant. • Formatting and review of Chapter 11. Task 13: Operation Program The objective of this Task is to assure satisfactory management of water system operations. It will provide an overview of the water system responsibility and authority, system operation and maintenance plan, equipment supplies and inventory, water quality monitoring, emergency response, and cross-connection control. The City may need to update its existing cross- connection control plan or emergency response plan which will be included as appendices to the Comprehensive Plan. This task will include: • City to supply a copy of the organization chart, coliform monitoring plan, emergency response plan, cross-connection control program (or enabling ordinance), as these may be included as appendices to the Comprehensive Plan. See Task 14 for list of appendices. • City to provide draft operations program and discuss any changes known. • Review and update Chapter 12, as necessary, to provide continuity with the Comprehensive Plan listed under Task 14. • Chapter formatting and review. Task 14 -Water Comprehensive Plan This Task will include the compilation of all previous Tasks mentioned in this Scope of Services. The Water Comprehensive Plan will be in compliance with WAC 246-290-100. The Plan is required to be approved by DOH and King and Pierce Counties. City will send agency review draft to DOH, King County, Pierce County, adjacent purveyors, and other parties for review and comment. Subtask 14A -Water Comprehensive Plan Development • Prepare Cover Sheet, Table of Contents, and Executive Summary. • Chapter 1 Introduction of the 2001 Comprehensive Plan will be updated as necessary • Compile Chapters: o Chapter 1 Introduction o Chapter 2 Planning Considerations ~~ Page 7 of 10 R o t h H i l l F:\0029Wuburn Water Plan_031507Final_Scope of Services.doc ~/ Exhibit A -Scope of Services City of Auburn March 15, 2007 o Chapter 3 Criteria and Standards o Chapter 4 Water Requirements o Chapter 5 Description of Existing System o Chapter 6 Water Resources o Chapter 7 Water Quality o Chapter 8 Water Conservation Planning o Chapter 9 Hydraulic Analysis o Chapter 10 Recommended Improvements o Chapter 11 Financial Program o Chapter 12 Operations Program Technical Appendices (Volume I and Volume II) o Work with City, as necessary, to obtain other documents that will be included in the Appendices including: ^ Determination of Non-Significance and SEPA Checklist (upon publication) ^ Ordinances and Approvals ^ Agency Comment Letters and Responses ^ Technical Memorandums No. 1, No. 2, No 3, No 4, and No. 5 prepared as part of this Scope (discussed in above Tasks) ^ Water System Specifications and Details ^ Water System Capital Improvement Program ^ Disposition of 2001 Capital Improvement Program ^ TAZ Planning Data ^ Water Rights Certificates and Permits ^ Interlocal Agreements ^ Water Quality Monitoring Plan ^ Bi-Lateral Compliance Agreement ^ Water Resources Protection Report ^ Cross Connection Control Program • Prepare review draft document for City, five (5) staff copies. • Meet with City to discuss comments of draft document. • Attend one (1) Utilities Committee Meeting. • Comments to be incorporated into SEPA/Agency Review Draft. • Prepare one (1) 34 x 44-inch water system map including water service boundary, distribution network, sources, pump stations, storage reservoirs and interties. This will not be part of the City's Plan but will be prepared for staff use. Subtask 148 -SEPA Checklist • Prepare SEPA for City review and comment. Incorporate staff comments and prepare final SEPA for City signature and publication. • City to lead SEPA process. City will publicize and distribute SEPA as necessary. • Attend one (1) Council meeting on the SEPA Hearing. • Assist City in responding to written comments received by public during SEPA process. • Incorporate changes as necessary. ~~ Page 8 of 10 R o t h H i ~' F:\0029Wuburn Water Plan_031507Fina1_Scope of Services.doc `„/ Exhibit A -Scope of Services City of Auburn March 15, 2007 Subtask 14C -Agency Review Draft • Prepare 20 copies and the 10 CD versions, for City to distribute for agency review. • Attend one (1) Council meeting for approval of Agency Review draft. • Lead the process to obtain Consistency Statements from the City's Planning Department, King County and Pierce County during the Agency Review period. • Assist City in responding to written comments by regulatory agencies, neighboring jurisdictions, and the public, as requested. • Attend one (1) King County Utilities and Technical Review Committee meeting and (1) Pierce County Committee Meeting with City staff. Subtask 14D -Final Document • Incorporate final comments based on agency reviews, as requested by the City. • Provide City with ten (10) Final Comprehensive Water Plans and one CD containing electronic copy for the City's use. PROJECT TIMELINE: City o#Auburn Water Comprehensive Plan Jul ~ Auq ~ Sep I Oct ~ Nov 1 Dec ~ Jan ~ Ireb (Mar.. ~ Apr ] May I Jun i Jul ~ Deliverable ~ u~ Page 9 of 10 R o t h u i l l F:\0029Wuburn Waler Plan_031507Final_Scope of Services.doc ~/ Exhibit A -Scope of Services City of Auburn March 15, 2007 PROBABLE PROJECT COSTS: Probable Project Costs City of Auburn 2007 Water Comprehensive Plan Update Total Labor Reimb. Total Planned Planned Planned Task Descri tion Hours Bill Reimb. Cost 1 Project Management 249 $31,069 $1,131 $32,200 2 Mapping (as directed) $50,000 $50,000 3 Hydraulic Modeling and Analysis 668 $68,530 $4,070 $72,600 4 Planning Consideration 136 $14,059 $691 $14,750 5 Level of Service/Policies 82 $9,080 $620 $9,700 6 Water Requirements 216 $21,975 $1,325 $23,300 7 Existing System 387 $40,998 $1,902 $42,900 8 Water Resources 125 $13,879 $621 $14,500 9 Water Quality 84 $9,475 $525 $10,000 10 Water Conservation Planning 102 $10,715 $535 $11,250 11 Recommended Improvements 110 $12,892 $558 $13,450 12 Financial Program 20 $2,579 $121 $2,700 Subconsultant (TBD) $9,200 $9,200 13 Operation Program 30 $3,738 $112 $3,850 14 Water Comprehensive Plan 14A -Water Comprehensive Plan Development 249 $25,509 $2,754 $28,263 14B - SEPA Checklist 72 $8,141 $660 $8,801 14C -Agency Review Draft 134 $14,262 $1,670 $15,932 14D -Final Document 114 $10,834 $2,070 $12,904 Pro'ected Project Total $376,300 END OF EXHIBIT A ^ Page 10 of 10 R o t h H i l l F:\0029Wuburn Water Plan_031507Final_Scope of Services.doc `~ EXHIBIT B SCHEDULE OF HOURLY RATES Roth Hill Engineering Partners, LLC. fee schedule by staff and reimburseable expense classification as of January 01, 2007. Rates are subject to modification. Staff Time Classification Hourly Billing Rate Range EIT / Sr. Designer $65.00 - $90.00 Civil Specialist $88.00 - $132.00 Engineer $113.00 - $143.00 Project Manager $117.00 - $149.00 Planner $80.00 - $100.00 Technician $52.00 - $77.00 CAD (includes mapping and GIS) $78.00 - $95.00 Construction Representative $56.00 - $117.00 Surveyor $45.00 - $85.00 Project Surveyor (PLS) $95.00 - $110.00 Administrative $29.00 - $81.00 Administrative Lead $101.00 - $129.00 Director /Principal $133.00 - $172.00 Reimburseable Expenses Travel Vehicle Mileage IRS Standard Rate (currently $0.485) Prints Black & White Laser CADD plots (up to 11x17) $1.25 per sheet Color Laser prints (up to 11x17) $1.50 per sheet Ink Jet CADD plots (large format) $7.50 per sheet CD Production $2.00 per cd Computer Station $10.00 per hour Map/Drawing Scanning $5.00 per sheet Field Eauipment Flo-Tote (flow monitoring) $30.00 per day Turbidimeter (water quality monitoring) $5.00 per day Conventional Surveying Instruments $5.00 per hour Standard Surveying Total Station $10.00 per hour Robotic Surveying Total Station $15.00 per hour GPS/RTK $20.00 per hour No charges are billed for the following items: 1. Long distance phone calls 2. Fax services 3. Postage 4. Photocopy paper or stationary for in-house production 5. In-house Photocopy - no "per copy" charge, but related labor is billed F:\ Internal\Accounting\Rate Sheets\Rate Sheets\Standard January 1, 2007 Exhibit B.xls 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 15tH • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-295 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 a 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 tier $ 2,860.00 Subconsultant Total: TOTAL DUE THIS INVOICE $ 2,860,00 $ 3,681.49 l~V1Y 1 RAV 1 CRG~irwv~~~~ 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 1/10101 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-295 Page 2 of 2