Loading...
HomeMy WebLinkAboutCarollo Engineers PC AG-C-310 2007 AGREEMENT FOR PROFESSIONAL SERVICES AG-C-310 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to as "CITY" and Carollo Engineers, P.C., an Arizona professional corporation, whose address is 1218 Third Avenue, Suite 1600, Seattle, Washington, 98101, hereinafter referred to as "CONSULTANT." In consideration of the covenants and conditions of this Agreement, the parties hereby agree as follows: 1. SCOPE OF WORK. 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-310 September 19, 2007 Page 1 of 11 3. COMPENSATION. Compensation will be on a time and material basis, not to exceed $444,404, which includes a Management Reserve Fund amount of $25,000. Costs will be based on Exhibit B, which is attached hereto and by this reference made a part of this Agreement. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 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, subconsultant fees, and materials and supplies. For sub consultants, the CONSULTANT shall be paid at the actual cost to the CONSULTANT plus 5%. 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 or work shall be authorized in writing under the Management Reserve Fund as detailed in Section 4. 4. MANAGEMENT RESERVE FUND. The CITY may establish a Management Reserve Fund to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the CONSULTANT for additional work beyond that already defined in this Agreement for Professional Services AG-C-310 September 19, 2007 Page 2 of 11 Agreement. Such authorization(s) shall be in writing, prior to the CONSULTANT expending any effort on such services, and shall not exceed $25,000. This fund may be replenished in a subsequent supplemental agreement. Any changes requiring additional costs in excess of the Management Reserve Fund shall be negotiated and approved by the CITY prior to any effort being expended on such services. 5. 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. 6. 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. Agreement for Professional Services AG-C-310 September 19, 2007 Page 3 of 11 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. 7. INDEMNIFICATIONIHOLD HARMLESS. The CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, volunteers, and employees harmless from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or resulting from the acts, errors or omissions of the CONSULTANT in performance of this Agreement, except for injuries or damages caused by the sole negligence of the CITY. 8. 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. 9. 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 Agreement for Professional Services AG-C-310 September 19, 2007 Page 4 of 11 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 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. Agreement for Professional Services AG-C-310 September 19, 2007 Page 5 of 11 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 any time. The CITY will pay no progress payments under Section 3 until the CONSULTANT has fully complied with this section. 10. 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. Agreement for Professional Services AG-C-310 September 19, 2007 Page 6 of 11 11. 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. 12. 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 Agreement for Professional Services AG-C-310 September 19, 2007 Page 7 of 11 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. 13. 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. Agreement for Professional Services AG-C-310 September 19, 2007 Page 8 of 11 14. GENERAL PROVISIONS. 14.1. 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. 14.2. 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. 14.3. 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. 14.4. 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. 14.5. 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. 14.6. 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. Agreement for Professional Services AG-C-310 September 19, 2007 Page 9 of 11 14.7. The CONSULTANT agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 14.9. 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: 253.804.5063 Fax: 253.931.3053 E-mail: bhennebert@auburnwa.gov Carollo Engineers, P.C. Attn: Lara Kammereck 1218 Third Avenue, Suite 1600 Seattle, WA 98101 Phone: 206.684.6532 Fax: 206.903.0419 E-mail: Iammereck@carollo.com 14.10. 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 14.9 or if to such other person designated by a party to receive such notice. It is provided, however, that mailing such notices or communications by certified mail, return receipt requested is an option, not a requirement, unless specifically demanded or otherwise agreed. Any party may change his, her, or its address by giving notice in writing, stating his, her, or its new address, to any other party, all pursuant to the procedure set forth in this section of the Agreement. Agreement for Professional Services AG-C-310 September 19, 2007 Page 10 of 11 14.11. 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-310 September 19, 2007 Page 11 of 11 ~~,da~ ~ Peter B. Lewis, Mayor OCT T 1 20D7 Date ATTEST: Danielle E. Daskam, City Clerk CAROLLO ENGINEERS, P.C. Title: Federal Tax I D # ~~ BY: Title Agreement for Professional Services AG-C-310 September 19, 2007 Page 12 of 11 EXHIBIT A SCOPE OF SERVICES City of Auburn 2007 Water Comprehensive Plan Update September 2007 Carollo Engineers PROJECT DESCRIPTION AND PURPOSE The following is a scope of work for the Water Comprehensive Plan update (Comp Plan). The Comp Plan update will be completed by the Consultant Team, Carollo Engineers, and Roth Hill Engineering. 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, following the initial effort by Roth Hill Engineering from April -August 2007. 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 Roth Hill Engineering April 2007 Scope of Services and 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. The subconsultant services for Roth Hill Engineering Partners is included as Attachment A and the subconsultant services for Robinson, Noble and Saltbush is included as Attachment B 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. It is anticipated that the Project will be complete by December 2008. Project timeline modifications may require project hour and budget modifications. • 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. ~~ Page 1 of 9 R o t h H i l l H:\ClientlAuburn SEA\ContracflAuburn Water Plan Scope of Services.doc `/ - - Exhibit A -Scope of Services City of Auburn September, 2007 Attend two 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. o Record meeting minutes and distribute to all key team members. Minutes will clearly define all issues and decisions discussed during the meeting. 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, development of detailed water system inventory maps and the development of pressure zone 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 $25,000. 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). This task has been started by Roth Hill Engineering and will be completed by Carollo Engineers. The hydraulic modeling task includes the following: • 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). Page 2 of 9 H:1Clientlquburn_SEA1ContractWubum Water Plan_Scope of Services.doc Exhibit A -Scope of Services City of Auburn September, 2007 • 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. • 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 wi-I be completed by Roth Hill Engineering, See attached scope of services in Attachment A. Carollo Engineers will assist with the tasks to develop Chapter 2; this 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. • Review summarized related plans from the neighboring purveyors and others. • Review updated 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. • Review draft Chapter 2 for incorporation into Task 14. Task 5: Level of ServicelPolicies This task will be completed by Roth Hill Engineering, See attached scope of services in Attachment A. 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. Carollo Engineers will assist with the tasks to develop Chapter 3, Policy and Criteria. Tasks involved include: • Meet with City staff to review draft policies, criteria and standards. • Incorporate City review comments for final draft. • Meet with Public Works Committee of Council to review draft policies, criteria and standards. • Incorporate City review comments for City final review and acceptance. • Review draft Chapter 3 for incorporation into Task 14. Task 6: Water Requirements This task will be completed by Roth Hill Engineering, See attached scope of services in Attachment A. Carollo Engineers will assist with the tasks to develop Chapter 4, to define basic planning data, future land use, and future water demands. This Task will summarize the existing Page 3 of 9 H:1ClienttAuburn_SEA\ContractWuburn Water Plan_Scope of Services.doc Exhibit A -Scope of Services City of Auburn September, 2007 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: • Meet with City to discuss historical water use and established ERU value. • Meet with City to discuss population and household forecasts. • 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. • Review draft Chapter 4 for incorporation into Task 14. Task 7 -Existing System The water distribution system evaluation will be completed by Roth Hill Engineering, See attached scope of services in Attachment A. All other components will be completed by Carollo Engineers. 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: • Review Roth Hill Engineering's Technical Memorandum No. 3A on the distribution system evaluation and recommendations. • 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. 3B that summarizing the facility evaluation for review by the City. • Meet with City to review findings and discuss Technical Memorandum No. 3B. • 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 Memorandums No. 3A and 3B, 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 This task will be completed by Carollo Engineers with assistance from Robinson, Noble and Saltbush, see attached scope of services in Attachment B, based on existing City and Northwest Land and Water documents. 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, 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. Page4of9 H:\ClienflAuburn_SFJ{\Contract~Auburn Water Plan_Scope of Services.doc Exhibit A -Scope of Services City of Auburn September, 2007 • 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. • Robinson, Noble, and Saltbush will update the Sourcewater Protection Plan, see attached scope of services. • Incorporate Robinson, Noble, and Saltbush's updated source water protection plan. • 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. Task 10: Water Conservation Planning This task will be completed by Roth Hill Engineering, See attached scope of services in Attachment A, with assistance from Carollo Engineers. The objective of this Task is to develop a program to protect, and if possible improve, source waters used by the water system. This Chapter will be renamed to Water Use Efficiency based on the new requirements effective January 22, 2007.Tasks include: • Assist with the development of the conservation goals for the next six years in accordance with state and local guidelines. • 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. • Review the Water Reuse Evaluation prepared by Brown and Caldwell, Sewer Comprehensive Plan consultant. • Review draft Chapter 8 for incorporation into Task 14 and stand-alone Conservation Program. Page 5 of 9 H:\ClientWuburn_SEA\ContractWuburn Water Plan_Scope of Services.doc Exhibit A -Scope of Services City of Auburn September, 2007 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 • 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 This task will be completed by Roth Hill Engineering, See attached scope of services in Attachment A. This section of the plan will be performed by City Staff. This task will include: Page 6 of 9 H:\Client\P,uburn_SEA\ContractVWburn Water Plan_Scope of Services.doc Exhibit A -Scope of Services City of Auburn September. 2007 • Review Chapter 12, and provide comments to the City Staff for modifications if necessary. 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 comply 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 94A -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 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. Page 7 of 9 H:\ClientlAuburn_SEA\ContractWuburn Water Plan_Scope of Services.doc Exhibit A -Scope of Services City of Auburn September, 2007 Subtask 14B -SEPA Checklist This task will be completed by Roth Hill Engineering, See attached scope of services. Carollo Engineer's task include: • Assist City in responding to written comments received by public during SEPA process. • Incorporate changes as necessary. 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 - Fina! 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. Page 8 of 9 H:\ClientlAuburn_SEA1ContractVwbum Water Plan_Scope of Services.doc Exhibit A -Scope of Services City of Auburn September. 2007 OPTIONAL Task 15 -Sewer Comprehensive Plan -Demographic Analysis The following is a draft scope of work for the pending Sewer Comprehensive Plan update (Comp Plan). The majority of work associated with the Comp Plan update will be completed by Brown and Caldwell under a separate contract. However, per the request of the City, Carollo Engineers and sub-consultant Roth Hill will modify the Comprehensive Water Plan Update Planning Considerations and Demographic Analysis for the Sewer Comprehensive Plan. This effort will be based on the services currently being performed under the 2007 Water Comprehensive Plan Update. Some of the elements to support this scope will require participation of City staff from the Planning, Finance, and Public Works Departments. This scope is developed to describe a portion of the content of Task 4 -Planning Considerations of the Brown and Caldwell Scope of Services. The scope of services will consist of the following tasks: • Two general Project Meetings with City Staff and Brown and Caldwell. • Correspondence and Coordination with City of Auburn, Staff and Consultant and Sub- Consultant Management. Planning Considerations. • Review service area goals and policies developed under the sewer consultant, Brown and Caldwell, Scope of Services, Phase II Scope of Work, Task 5 (Level of Service Policies and Code. • Review existing and future area boundaries identified in the sewer consultant, Brown and Caldwell, Scope of Services, Phase II Scope of Work, Task 4 (Planning Considerations). • Review existing population, school and employment forecasts for the City service area. • Review forecasting scenario for the demographic analysis to the end of the planning horizon. • Review Technical Memorandum No. 1 prepared by Roth Hill Engineering that develops the forecasting methodology, and its level of reliability, and presents the proposed population, employments and household forecast through the end of the planning horizon. • Meet with City and Brown and Caldwell to discuss Technical Memorandum No. 1 and incorporate any changes necessary. • Utilize existing and future land use map prepared for Water Comprehensive Plan. • Review final Technical Memorandum No. 1. This will serve as the basis for the sewer consultant, Brown and Caldwell, to complete their Task No. 4, Planning Considerations (Phase II Scope of Work) that will be incorporated in the Chapter of the Sewer Comprehensive Plan Update. This scope of services does not include authoring any portion of the draft chapter of the Sewer Comprehensive Plan Update. • Review draft Chapter of the Sewer Comprehensive Update that will be prepared for the sewer consultant, Brown and Caldwell, Phase II, Task 4, Planning Considerations. Page 9 of 9 H:1ClienriAuburn SEA1ContractlAubum Water Plan_Scope of Services.doc City of Auburn 2007 Water Comprehensive Plan Level of Effort September 2007 Carollo Hours & Labor Other Direct Costs (ODC ) Total Labor Subconsultants Sub PECE Total Sub & ODC Total Task Task Description Hours Cost Name Amount Markup $9 PECE Expense Cost 1.0 Project Management 230 $32,830 Roth Hill $6,035 $302 $2,070 $8,407 $1,000 $42,237 2.0 Mapping (as directed) $25,000 $0 $0 $0 $0 $25,000 3.0 Hydraulic Modeling and Analysis 573 $60,970 Roth Hill $4,194 $210 $5,157 $9,561 $2,OOD $72,531 4.0 Planning Consideration 14 $2,170 Roth Hill $10,435 $522 $126 $11,083 $500 $13,753 5.0 Level of Service /Policies 32 $4,960 Roth Hill $4,958 $248 $288 $5,494 $150 $10,604 6.0 Water Requirements 38 $5,890 Roth Hill $15,104 $755 $342 $16,201 $500 $22,591 7.0 Existing System 244 $25,068 Roth Hill $12,494 $625 $2,196 $15,315 $1,000 $41,382 8.0 Water Resources 155 $18,163 RNS $19,195 $960 $1,395 $21,550 $250 $39,963 9.0 Water Quality ~ 78 $9,584 $0 $702 $702 $250 $10,536 10 Water Conservation Planning 14 $2,170 Roth Hill $9,915 $496 $126 $10,537 $150 $12,857 11 Recommended Improvements 110 $13,652 $0 $990 $990 $500 $15,142 12 Financial Program 16 $2,060 FCSG $8,000 $400 $144 $8,544 $50 $10,110 13 Operation Program 6 $930 Roth HiII $3,743 $187 $54 $3,984 $50 $4,964 14 Water Com rehensive Plan $0 $0 $0 $0 14A Water Comprehensive Plan Development 237 $25,590 $0 $2,133 $2,133 $2,500 $30,223 14B SEPA Checklist 16 $2,480 Roth Hill $3,714 $186 $144 $4,044 $500 $7,024 14C Agency Review Draft 120 $14,224 Roth Hill $3,333 $167 $1,080 $1,247 $1,000 $16,471 14D Final Document 88 $9,33D $0 $792 $792 $1,500 $11,622 15 Sewer Comprehensive Plan 76 $10,640 Roth Hill $21,255 $1,063 $684 $23,001.8 $500 $32,395 Totals 2047 $265,711 $122,375 $6,119 $18,423 $143,584 $12,400 $419,404 CITY OF AUBURN WATER COMPREHENSIVE PLAN ~ -. .. :~~ ~ _ _ - <= ~ : ~ ~- _ - - .~ ~ -~ . ~ 1. Project Management ~ - 2. Mapping (as directed) draulic Modeling and Analysis 3 H --t ~- . y . 4. Planning Consideration LEGEND 5. Level of Service/Policies --' Deliverable 6. Water Requirements ~. Progress Meeting Existing System 7 . 8. Water Resources 9. Water Quality - - ~ ~ -` 10. Water Conservation Planning - rovements d Im d 11 R p ecommen e . 12. Financial Program 13. Operation Program - _ 14. Water Comprehensive Plan a. Water Comprehensive Plan Development I b. SEPA Checklist ~ J ~ c. Agency Review Draft ' ~ d. Final Document aub907s1.ai ATTACHMENT A SUB-CONSULTANT SCOPE OF SERVICES City of Auburn 2007 Water Comprehensive Plan Update September 2007 Roth Hill Engineering Partners, LLC PROJECT DESCRIPTION AND PURPOSE The following is a draft scope of work for the Water Comprehensive Plan update (Comp Plan). This scope is developed to describe Roth Hill's portion 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 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: Phase A 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 Consultant, 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 Carollo 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. Task 2 -Mapping This Task will be completed by Carollo. Mapping required and approved by the City at this time includes: • Carollo to provide map of service area with pressure zones and zoning. Task 3 -Hydraulic Modeling and Analysis This Task will be completed by Carollo. However, a portion of this Task was completed under the original contract by Roth Hill Engineering. In order to close-out this Task, Roth Hill will provide the following: • Assemble list of remaining questions on comparison of model to field verified sections. ~~ Page 1 of 7 R o t h H i l l H:\ClientWuburn_SEA\ContracflAttachmentA Auburn Water Plan_082707 Revised Scope of Services.doc `/ - Scope of Services City of Auburn September 2007 Update list of all projects checked/added in model and identify remaining projects not yet added. Provide Carollo with data related to model updates, including a copy of the existing hydraulic model in WaterCAD via CD. Prepare a memo summarizing hydraulic modeling efforts to date and briefly indicate next steps in process per Original Contract Scope of Service dated March 15, 2007. 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. • Carollo will be required to update water service area boundary in 11 x 17-inch format for inclusion in the draft Chapter 2 (Task 14). • 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 finalize the policies, criteria and standards that were drafted under the original contract with Roth Hill. Remaining tasks involved include: • Incorporate City review comments for City final review and acceptance. • Prepare portion of draft Chapter 3 for incorporation into Task 14. • Writing, formatting, and review. 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 wil- 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. • 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. ~~ Page 2 of 7 R o t h H i l l H:\ClienflAuburn_SEA\ContractWttachmentA Auburn Water Plan 082707_Revised Scope of Services.doc `/ - Scope of Services City of Auburn September 2007 • 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. • Carollo will be required to prepare existing zoning, land use and TAZ maps for inclusion in the draft Chapter 4. • Prepare draft Chapter 4 for incorporation into Task 14. • Writing, formatting, and review. Task 7 -Existing System Task 7 will be completed by Carollo with Roth Hill providing services for the following Subtask 7A: Subtask 7A: Distribution System The objective of this Subtask is to provide a review of the City's distribution piping improvements to be included in the Capital Improvement Program. This Task does not include review of the City's facilities, improvements completed from the 2001 Comprehensive Plan. This Task will be incorporated into Carollo's Task 7. Tasks involved include: • Evaluate components of the City's water distribution system including recommendations of all mapping and data available to develop pipe replacement program. • Prepare Technical Memorandum No. 3A that summarizing the distribution system evaluation for review by the City. • Carollo will be required to provide the base map in electronic format either CADD or GIS that includes project reference information and pipe age. • Roth Hill will prepare multiple 11 x 17-inch format maps that highlight distribution system projects identified in Technical Memorandum No. 3A. • Meet with City to review findings and discuss Technical Memorandum No. 3A. • Incorporate Technical Memorandum No. 3A changes from meeting with City staff. Technical Memorandum No. 3A will be incorporated into the draft Chapter 5 by Carollo. • Writing, formatting, and review. Task 8: Water Resources This Task will be completed by Carollo. Task 9: Water Quality This Task will be completed by Carollo. 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, ~~ Page 3 of 7 R 0 t ~'~ ~ ~ ~ H:\ClientWuburn SEA\ContractWttachmentA Auburn Water Plan_082707 Revised Scope of Services.doc `/ - - Scope of Services City of Auburn September 2007 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 be completed by Carollo. Task 12: Financial Program This Task will be completed by the City's financial consultant yet to be determined. 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 (has been received), 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 Carollo will lead this Task that will include the compilation Water Comprehensive Plan: Subtask 14A -Water Comprehensive Plan Development This Subtask will be completed by Carollo. 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. Carollo will attend one (1) Council meeting on the SEPA Hearing. ~~ Page 4 of 7 R o t h H i I I H:\ClientWuburn SEA\ContractlAtlachmentA Auburn Water Plan 082707 Revised Scope of Services doc `~ - - - Scope of Services City of Auburn September 2007 • Carollo will assist City in responding to written comments received by public during SEPA process. • Incorporate SEPA changes as necessary. Subtask 14C -Agency Review Draft This Subtask will be led by Carollo. Roth Hill will provide assistance as needed: • Assist, as directed by Carollo, in responding to written comments from regulatory agencies, neighboring jurisdictions and the public. This will be completed as requested by Carollo. Subtask 14D -Final Document This Subtask will be completed by Carollo ~~ Page 5 of 7 R o t h H i l l H:1Client~Auburn_SEA1ContraclWttachmentA Auburn Water Plan_082707_Revised Scope of Services.dx `/ Scope of Services City of Auburn September 2007 OPTIONAL Task 15 -Sewer Comprehensive Plan Update Subtask 15A -Sewer Comprehensive Plan Update Project Management This Task includes Correspondence and Coordination with Carollo, City of Auburn, Staff and Consultant Management. • 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 Carollo including; internal and external meetings, project file management, and status, budget, and schedule updates. • Project Kick off Meeting and one other team meeting with City, Carollo and Brown and Caldwell. Subtask 15B -Sewer Comprehensive Plan Update Planning Considerations This Task will summarize the existing and future land use, zoning, employment, school, and population data to predict future growth needs for the sewer system. Roth Hill will utilize the water planning data that will be distributed into each sewer basis for evaluation purposes. Tasks involved include: • Review existing reports including deliverables developed by Brown and Caldwell for the Update of the Sewer Comprehensive Plan developed in Phase I of their Scope of Services and 2001 Sewer Comprehensive Plan. • City to provide sewer reports and adopted 2001 Sewer Comprehensive Plan • Review service area goals and policies developed under the sewer consultant, Brown and Caldwell, Scope of Services, Phase II Scope of Work, Task 5 (Level of Service Policies and Code. • Review existing and future area boundaries identified in the sewer consultant, Brown and Caldwell, Scope of Services, Phase II Scope of Work, Task 4 (Planning Considerations). • Develop existing population, school and employment forecasts for the City service area. • Carollo to provide sewer basin maps with landuse and zoning. • Utilize planning demographic data developed in the Roth Hill Engineering Scope of Services for the 2007 Water Comprehensive Plan Update. This data will be distributed by sewer basins for the purpose of this analysis. These forecasts will provide the basis for wastewater flow projections for developing collection system improvements that are not included in this scope of services. • Develop a forecasting scenario for the demographic analysis to the end of the planning horizon. Distribute existing population, school and employment forecast for the 6, 10 and 20 year projections. • Prepare preliminary Technical Memorandum No. 1 that develops the forecasting methodology, and its level of reliability, and presents the proposed population, employments and household forecast through the end of the planning horizon. • Meet with City and Brown and Caldwell to discuss Technical Memorandum No. 1 and incorporate any changes necessary. • Carollo to prepare existing and future land use map with population and employment as a figure for use with Technical Memorandum No. 1. ~~ Page 6 of 7 R ~ t h ~ ~ ~ ~ H:\ClientWuburn SEA\ContractWttachmentA Auburn Water Plan 082707 Revised Scope of Services.doc `,~ - - - Scope of Services City of Auburn September 2007 Prepare final Technical Memorandum No. 1. This will serve as the basis for the sewer consultant, Brown and Caldwell, to complete their Task No. 4, Planning Considerations (Phase II Scope of Work) that will be incorporated in the Chapter of the Sewer Comprehensive Plan Update. This scope of services does not include authoring any portion of the draft chapter of the Sewer Comprehensive Plan Update. Review draft Chapter of the Sewer Comprehensive Update that will be prepared for the sewer consultant, Brown and Caldwell, Phase II, Task 4, Planning Considerations. ~~ Page 7 of 7 It o t h H i l l H:\ClienflAuburn SEA\ContraclWttachmentA Auburn Water Plan_082707 Revised Scope of Services.doc ~~ - - EXHIBJT B Scope of Services City of Auburn September 2007 ATTACHMENT B SUB-CONSULTANT SCOPE OF SERVICES CITY OF AUBURN Robinson, Noble &Saltbush, Inc. September 2007 TASK A -WELLHEAD PROTECTION PLAN UPDATE This Scope of Services is for the preparation of the City of Auburn Wellhead Protection Plan Update between Carollo Engineers and the City of Auburn with assistance from Robinson, Noble &Saltbush. Robinson, Noble & Saltbush's scope of services for this task consists of the following: Project Management Robinson, Noble &Saltbush will assist the project team members in the implementation of the task items as needed. This task will include: an initial meeting with Carollo or our participation in a project kick-off meeting with the City, communication and coordination with the team, employee scheduling, task and budgeting reviews, subcontractor management, and invoicing. One meeting with City staff in included to provide and discuss interim findings of the project, if needed. 2. Data Collection and Review We presume that the City will provide a copy of its existing wellhead protection plan for our review. We are assuming that the previous modeling will be appropriate for this update but we will complete a review of the wellhead protection areas (WHPAs) assigned to each of the City's water sources to see if they are still appropriate. In this regard, we will require a copy of the original report describing the hydrogeologic model plus a copy of the report describing how that model was used to create the WHPAs (if this is a separate report). During this process, we may need information for individual wells (water level, production, geologic log, etc.) if questions arise concerning the short- and long-term usage of specific wells. While it is not anticipated, if our review of the WHPAs identifies a deficiency or a need for revision, we will communicate this to the City and request direction on how to resolve the problem. 3. Contaminant Source Inventory and Hazard Ranking Once the WHPAs have been confirmed, an inventory of land use within those areas will be compiled based upon available City and County zoning maps. We will rely on Carollo to provide the City zoning and parcel maps for us to use as basemaps. A review of existing computer databases (EPA, Ecology, Health) will be completed to identify known leaking underground storage tanks, confirmed and suspected contamination sites, independent clean-up listings, landfills, and regulated underground storage tanks. An on-line database search company will be contracted to perform the search of known and potential hazard sites. In our experience, using a database research company has proven to be the most reliable and, by far, the most cost-effective method to accomplish these searches. Field verification of any known or potential hazard sites within the WHPAs will be necessary. It is assumed that City staff will complete this step as they are more intimately familiar with the businesses and history of the area. This field investigation will check the location and type of each potential or known hazard listed by the database search results, as well as, checking for any sites that are not included but should be. If possible, collection of GPS coordinates for each site is recommended to better map each potential hazard site. It is anticipated that the field verification process will require a meeting at the City office to define the field procedures. We will provide a field map of the hazard sites to use during the field verification process. If the City cannot or chooses not to have City staff perform the field verification process, we can complete it using our staff. However, this contingency is not included in our cost estimate. (We can provide such an estimate if needed.) After field verification, each identified potential point-source of contamination will be mapped in relation to the wells and the wellhead protection areas. Non-point sources, such as generalized land-use categories, will also be evaluated. Robinson, Noble and Saltbush will rank all identified potential contamination sources in the hazard inventory according to the hazard potential of each site and in accordance with Health guidelines (Health publication 331-018; 1995). This ranking will allow a prioritization of the sites for future planning. The mapped and inventoried potential sources will be presented such that the inventory map can be cross-referenced to the prioritized list to determine the general nature and extent of the potential threat for each site. We will provide a final map of the prioritized hazard inventory along with related WHPAs and land-use coverage. The figure will completed in AutoCAD format only, but suitable for conversion to a GIS product by Carollo. 4. Implementation Strategy and Policy Planning A standard component of WHP planning is to identify strategies and policies for plan implementation. These can be as simple as generalized schedules for completing required WHP activities (e.g. hazard updates) or as complex as recommendations to City or County authorities to change land uses and a plan to see those changes adopted. In Auburn's case, we will build on the pre-existing plan to identify and apply our findings from this project to provide a set of recommendations to the City. We will do this in concert with City staff, identifying those tasks or plans that are practical within the City's current staffing and budgetary limits. Likewise, to the degree desired by the City, we can also identify policy recommendations (e.g. suggested land-use changes} for the City's long-term planning process. Also during this task, we will develop draft versions of notification letters for the City to provide to small businesses, the general public, or known/suspected small-quantity generators to inform them of the wellhead protection program and educate them on how to best handle hazardous substances to protect the City's water resources. 5. Report of Findings At the conclusion of our effort, Robinson, Noble and Saltbush will provide a summary report of findings to include the hazard inventory, the prioritized list of known or suspected sites, and a list of City staff-approved implementation strategies. Appropriate maps and figures will also be included. Additionally, we will provide appropriate conclusions or recommendations to the City for any sites or areas of concern identified during the project. This report will form an appendix to the City's Comprehensive Water System Plan. Additionally, we will provide summary text for Carollo to incorporate into the body of the Comprehensive Water System Plan. ESTIMATED COST OF SERVICES Based on our understanding of the project, we estimate the cost of our services at $19,195 as shown on the attached estimate. This estimate does not include costs to re-delineate the WHPAs should that prove necessary. Only three meetings with City staff are envisioned and we further assume that the field verification of known/potential hazard sites can be accomplished by City staff. Robinson, Noble &Saltbush typically works on atime-and-expense basis according to the attached General Fee Schedule. As acost-savings measure for our clients, each Robinson, Noble &Saltbush employee charges their time on a project according to the level of expertise required for a given task. This allows us to make use of our more experienced staff without unduly impacting project costs, but also means that our clients only pay for the level of expertise applied. EXHIBIT B CAROLLO ENGINEERS, PC FEE SCHEDULE As of March 1, 2007 Hourly Rate Engineers/Scientists Assistant Professional $97.00 Professional 122.00 Project Professional 155.00 Senior Engineer 175.00 Principal 215.00 Senior Process Specialist 300.00 Technicians Technicians 95.00 Senior Technicians 130.00 Construction Services Inspector 110.00 Senior Inspector 120.00 Senior Construction Manager 185.00 Support Staff Document Processing /Clerical 85.00 Project Equipment Communication Expense 9.00 (PECE) Per DL Hour Other Direct Expenses Travel and Subsistence at cost Mileage .485/mile Subconsultant cost + 5% Other Direct Cost at cost This fee schedule is subject to annual revisions due to labor adjustments. H:1ClientlAuburn SEA1Contract\Exhbt6 Auburn Fee Schedule.doc 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 hours} 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 15t" • For grant/special funded projects there might be other special information needed, reference the LAG manual. Consultant Invoices Agreement No. AG-C-310 Page 1 of 2 SAMPLE INVOICE City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter (Project Engineer) Agency Agreement #: AG-C-010 Invoice #: 5222 Progress Payment #: 2 Invoice Date: February 10, 2002 Project Name: Thomas Nelson Farm Project #: PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourl Rate Amount Mike Jones, Princi al in Char e 1 $ 125.00 $ 125.00 Carla Maker, Architect 5 $ 72.00 $ 144.00 Joe Smith, Word Processin 10 $ 48.00 $ 480.00 Consultant Personnel Subtotal $ 749.00 Ex enses see attached documentation Char es Multi lier Amount Mike Jones, Princi al in Char e 20 miles x1.1 $ 7.59 Carla Maker, Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processin $ 29.00 x1.1 $ 31.90 Consultant Ex enses Subtotal $ 72.49 Consultant Total: SUB CONSULTANTS (see attached documentation) $ 821.49 Subconsultant Hours Hourl Rate Amount ABC Environmental, Inc., Civil En ineer 10 $ 100.00 $ 1,000.00 Electrical Consultin ,Electrical En ineer 5 $ 100.00 500.00 Mechanical Solutions, Mechanical En ineer 10 $ 100.00 MRF 1,000.00 Movin Com an ,Movin Consultant 2 $ 50.00 100.00 Subconsultant Subtotal $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: TOTAL DUE THIS INVOICE !•AAITDAf'T DDCAICIl~11AlAI $ 2,860,00 $ 3,681.49 Task Amount Authorized Prior Invoiced This Invoice Totallnvoiced To Date % Ex ended % Com leted Amount Remainin Original Contract $ 22,000.00 $ 1,025.00 $ 2,681.49 $ 3,706.49 20% 25% $ 18,293.51 MRF* 2,500.00 0.00 1,000.00 1,0000.00 40% 45% 1,500.00 TOTAL $ 24,500.00 $ 1,025.00 $ 3,681.49 $ 4,706.49 $ 19,793.51 Note: MRF=Management Reserve Fund * Received a written authorization of MRF on 1110101 for Mechanical Engineer task in the amount of $2,000.00. Consultant Invoices Agreement No. AG-C-310 Page 2 of 2 A:!a•f G -9 AMENDMENT #1 TO AGREEMENT NO. AG-C-310 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS, PC THIS AMENDMENT is made and entered into this 31 st day of December, 2008, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and CAROLLO ENGINEERS, PC, (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-310 executed on the 11 th day of October, 2007. The changes to the agreement are described as follows: CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2009. 2. SCOPE OF WORK: There is no change to the scope of work. 3. COMPENSATION: There is no change to the amount of compensation. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-310 executed on the 11th day of October, 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. CAR LO ENGIN ERS, PC OF AUBURN By: Au ized signa ure P er B. Lewis, Mayor ATTEST (Optional): ATTEST: By: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr d as to form: oz x Attorney for (Other Party) aniel B. Hei , Au urn City At ney Amendment No. 1 for Agreement No. AG-C-310 Carollo Engineers, PC Page 1 of 1 --3.~&.°i AMENDMENT #2 TO AGREEMENT NO. AG-C-310 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS, PC THIS AMENDMENT is made and entered into this 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 CAROLLO ENGINEERS, PC, (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-310 executed on the 11t" day of October, 2007, and amended by agreement dated 31St day of December, 2008. The changes to the agreement are described as follows: 1. CONTRACT TERM: There is no change to the date of termination. 2. SCOPE OF WORK: See Exhibit A, which is attached hereto and by this reference made part of this Amendment. 3. COMPENSATION: The amount of this amendment is $50,166. The total contract amount is increased to a total of $494,570. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-310 executed on the 11t" day of October, 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. CAR,0CQ0 ENGINEERS, PC CI gY: r y~,= Aut ized i n r ti Peter B. Lewis, Mayor 6 ' " 5- ATTE T (Optional): ATTEST: ~ By: / Its: Dan le E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr d as to form: Attorney for (Other Party) iel B. Hei , urn City At omey Amendment No. 2 for Agreement No. AG-C-310 Carollo Engineers, PC Page 1 of 3 EXHIBIT A SCOPE OF WORK Amendment No. 2 City of Auburn Water Comprehensive Plan Update April 2009 Carollo Engineers PROJECT DESCRIPTION AND PURPOSE The following is a scope of work amendment for impacts to the project schedule and additional services performed during the development of the Water Comprehensive Plan Update (Comp Plan). The services were requested by City Staff. SCOPE OF SERVICES AND TASKS This amendment will consist of modifications to specific tasks in the original scope of services as follows: Task 1 - Project Management The original scope assumed the project would be completed by December 2008. The initial scope of services identified that "project timeline modifications may require project hour and budget modifications". Additional effort on tasks throughout the project has delayed the completion date for final approval to December 2009. Additional services include: • Project coordination and communication with the City including: internal and external meetings, project file management, and status. • Prepare and submit monthly activity repcrts showing current project statas and identifying key issues or elements of the project that will need to be addressed. Task 3- Hydraulic Modeling and Analysis The update of the current hydraulic model is necessary to identify projected deficiencies during the system analysis. This task has taken longer than anticipated due to the availability of the City's data. Specifically, the data needed additional facility review and input. Major improvements since the last plan were not complete on GIS data and inconsistencies between City field records and GIS data needed to be rectified. Specifically, additional effort was required in the Lakeland Hills Service Area and the Academy Service Area. Amendment No. 2 for Agreement No. AG-C-310 Carollo Engineers, PC Page 2 of 3 Task 5- Level of Service/Policies Roth Hill Engineering prepared the initial draft of this Chapter in 2007. The Policy and Criteria Chapter was revised by Carollo Engineers in 2008 per City Staff. Additional effort included the development of additional final drafts, a meeting with City Staff to discuss proposed changes, and final chapter re-formatting. Task 6: Water Requirements Carollo received data modifications with revised Sales and Production Data, Existing Accounts and Population projections from January to September of 2008. It was brought to the attention of City Staff that the production data was not in alignment with the sales data. The City staff researched the issue and submitted new data for the Carollo team. Additionally, the initial growth projections provided to the Carollo team did not match the current development trends for the City. The water demand forecast summarized in the Water Requirements Chapter was reanalyzed multiple times. Additional effort included the development of additional final drafts, a meeting with City Staff to review data, and finai chapter re-formatting. Task 7 - Existing System The Carollo team toured the facilities with City Staff in early 2008. After the existing system facility technical memorandum was prepared, the City submitted multiple revisions to the City's water system components. Specifically, the pumping ability of each source was modified by City Staff, impacting the water resource evaluation, the model update and the system analysis. Additional effort included the development of additional Existing System sections, changes to the Storage and Water Supply analysis and final chapter re-formatting. Task 8: Water Resources The water supply analysis in the Water Resources task was expanded by City Staff to include a Water Supply Strategy for the City for the next 30 years. The initial task was based on using "existing City and Northwest Land and Water documents", however this data was not available for use. Additional effort included preparation and participation in internal City Staff team meetings, Public Works Committee work session (September 15) and Council of a Whole work session (September 29). Deliverables included PowerPoint presentations; Excel tables, team correspondence, and technical memoranda. Task 11: Recommended Improvements The City requested a draft Capital Improvement Program (CIP) in August of 2008, prior to the completion of the system analysis. The CIP was used to assist the City with their annual budgeting. This effort was not anticipated in the initial scope of services. The additional effort summarized the recommended improvements for the sources of supply, storage, distribution and transmission, and pressure zones with planning level project cost estimates in memo format. Amendment No. 2 for Agreement No. AG-C-310 Carollo Engineers, PC Page 3 of 3 AMENDMENT #3 TO AGREEMENT NO. AG-C-310 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS, PC RELATING TO WATER COMPREHENSIVE PLAN ~ THIS AMENDMENT is made and entered into this 34 day of 200j, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Carollo Engineers, PC (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-310 executed on the 11tl' day of October 2007, and amended by agreement dated the 31St day of December 2008, and amended by agreement dated the 8th day of May 2009. The changes to the agreement are. described as fotlows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2010. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement or subsequent amendments REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-310 executed on the 11th day of October 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. ` C LO EN NEERS, PC I iN By. Author ed siq a re Peter B. Lewis, Mayor ATTEST (Optional): ATTEST: tQa-jx-_-'~- By: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Approve as t form: Attorney for (Other Party) Dah+6l B. H Attorney Amendment No. 3 for Agreement No. AG-C-310 Carollo Engineers, PC Page 1 of 1 A AMENDMENT #4 TO AGREEMENT NO. AG-C-310 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS, PC RELATING TO WATER COMPREHENSIVE PLAN THIS AMENDMENT is made and entered into this day of , 2016, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Carollo Engineers, PC (hereinafter referred to as the "CONSULTANT'), as an Amendment to the Agreement between the parties for AG-C-310 executed on the 11th day of October 2007, and amended by agreement dated the 315` da of December 2008, and amended by agreements dated the 8 by day of May 2009 and the 30 day of December 2009; The changes to the agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31, 2011. 2. SCOPE OF WORK: There is no change in the scope of work. 3. COMPENSATION: There is no change to the amount authorized in the original agreement or subsequent amendments REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-310 executed on the 11th day of October 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 y t above written. CA O O ENGINE RS, PC CITY O UR By: Authorize signature Peter B. Lewis, Mayor ATTEST (Optional): ATTEST: By: Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr ed a o form: 1 Attorney for (Other Party) aniel B. Hei rn City 7ey Amendment No. 4 for Agreement No. AG-C-310 Carollo Engineers, PC Page 1 of 1 ( AMENDMENT#5 TO AGREEMENT NO. AG-C-310 BETWEEN a� c THE CITY OF AUBURN AND CAROLLO ENGINEERS WASHINGTON, PC RELATING TO WATER COMPREHENSIVE PLAN THIS AMENDMENT is made and entered into this 11 day of o.)euulvn✓ , 2011 by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Carollo Engineers Washington, PC (hereinafter referred to as the"CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-310 executed on the 111h day of October 2007 and amended by agreements dated the 31°'day of December 2008, the 8th day of May 2009, the 30th day of December 2009 and the 16`1 day of December 2010; The changes to the agreement are described as follows: 1 CONTRACT TERM: The term of the Agreement for Professional Services is extended to December 31 2012. 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. The 2012 fee schedule is attached hereto and by this reference made part of this Amendment. REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between the parties for AG-C-310 executed on the 11th day of October 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. CAROLLO ENGINEERS WASHINGTON, PC CI = •RN By L-0, Authorized signature Peter B. Lewis, Mayor ATTEST (Optional): ATTEST By A)aiati CQ1B — Its: Danielle E Daskam, Auburn City Clerk Approved as to form (Optional): Appro =d as to, ■ Attorney for (Other Party) 'anie ='.`Heil, Aubu n wty- °. .ey Amendment No. 5 for Agreement No. AG-C-310 Carollo Engineers Washington, PC Page 1 of 1 EXHIBIT B City of Auburn Water Comprehensive'Plan Update CAROLLO ENGINEERS•WASHINGTON, P.C. FEE SCHEDULE As of August 11, 2011 Hourly Rate Engineers/Scientists Assistant Professional $125.00 Professional 150.00 Project Professional 170.00 Senior Engineer 185.00 Principal 226.00 Technicians Technicians 98.00 Senior Technicians 140.00 Support Staff Document Processing/Clerical 92.00 Project Equipment Communication Expense 9.50 (PECE) Per DL Hour Other Direct Expenses Travel and Subsistence at cost Mileage* .55/mile Subconsultant cost+ 5% Other Direct Cost at cost May change, as IRS rate is modified This fee schedule is subject to annual revisions due to labor adjustments. Revised 2011 c AMENDMENT #6 TO AGREEMENT NO AG-C-310 BETWEEN THE CITY OF AUBURN AND CAROLLO ENGINEERS, INC RELATING TO WATER COMPREHENSIVE PLAN V1 THIS AMENDMENT is made and entered into this /9 day of �� 2012, by and between the CITY OF AUBURN, a municipal corporation of the State of Washington (hereinafter referred to as the "CITY"), and Carollo Engineers, Inc. (hereinafter referred to as the "CONSULTANT"), as an Amendment to the Agreement between the parties for AG-C-310 executed on the 11th day of October 2007, and amended by agreements dated the 31't day of December 2008, the 8`h day of May 2009, the 30th day of December 2009, the 16'h day of December, 2010 and the 161h day of November 2011 The changes to the agreement are described as follows: 1 CONSULTANT Change CONSULTANT'S name from 'Carollo Engineers Washington, PC" to Carollo Engineers, Inc. 2. CONTRACT TERM The term of the Agreement for Professional Services is extended to December 31, 2013 3. SCOPE OF WORK. There is no change in the scope of work. 4 COMPENSATION: There is no change to the amount authorized in the original agreement. REMAINING TERMS UNCHANGED- That all other provisions of the Agreement between the parties for AG-C-310 executed on the 11th day of October 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. CA OLL ENGIN ERS, INC. CIT OF tAUBU By Authorik-4-e6natdre Peter B. ewis, Mayor ATTEST (Optional): ATTEST �� �) By. maa Its: Danielle E. Daskam, Auburn City Clerk Approved as to form (Optional): Appr ved Attorney for (Other Party) Daniel B. Heid, Aubur City Att ney ---------------------------------------------- -------- Amendment No. 6 for Agreement No AG-C-310 Carollo Engineers, Inc. Page 1 of 1 A0D*%_JRN crry or Petsr B. Lewis, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 19, 2012 Lara Kammereck Carollo Engineers, Inc. 1218 Third Avenue, Suite 1600 Seattle, WA 98101 RE. Amendment No. 6 to Agreement for Professional Services, AG-C-310 Water Comprehensive Plan Dear Ms. Kammereck: Enclosed please find an executed copy of the above-referenced Amendment No.6. This amendment changes the Consultant's name and extends the term of the agreement to December 31, 2013. For the City's tracking and record keeping purposes, please reference AG-C-310 on all correspondence and related material. Our records indicate that your Insurance, as required in Section 9 of the original agreement, will expire on December 31, 2012. Please mail the required certificate(s) of insurance, within two weeks, to JoAnne Andersen, Contracts Administration Specialist, Auburn Public Works Department, at the address noted at the top of this letterhead. As the project manager, I am the designated contact for this agreement and all amendments. Questions, assignments and coordination shall be routed through me. You can contact me at 253-804-5061 Sincerely, �f/r �G��1%I zy2 Cynthia Lamothe, P.E. Project Engineer Department of Public Works CLIja/mh Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG-C-310 II i AUBURN MORE THAN YOU IMAGINED CITY OF B1J Peter B. Lewis, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 9, 2013 Lara Kammereck Carollo Engineers, Inc. 1218 Third Avenue, Suite 1600 Seattle, WA 98101 RE: Agreement for Professional Services, AG-C-310 Water Comprehensive Plan Dear Ms. Kammereck: This letter is to inform you that the above-referenced Agreement for Professional Services is being closed at this time. Our records indicate that we processed the final payment for this agreement on April 5, 2013 for invoice #0127373 in the amount of$2,050.57. If you feel that this Agreement for Professional Services should not be closed, or if there are any outstanding invoices, please inform me by December 23, 2013. Thank you for your firm's professional services in work related to the Water Comprehensive Plan project. If you should have any questions, feel free to give me a call at 253.804.5061. Sincerely, J(v a c ` / at; Susan Fenhaus Water Utility Engineer Community Development & Public Works Department S F/cw/m h cc: City Clerk AG-C-310 Au RU R N MoRL MAN YOU IMA(-;INEI)