HomeMy WebLinkAbout04-14-2014
City of Arlington
Council Agenda Bill
Item:
WS #1
Attachment
A
COUNCIL MEETING DATE:
April 14, 2014
SUBJECT:
Appointment to Park, Arts and Recreation Commission- Sarah Cone
ATTACHMENTS:
Application
DEPARTMENT OF ORIGIN
Executive
EXPENDITURES REQUESTED: N/A
BUDGET CATEGORY: N/A
LEGAL REVIEW:
DESCRIPTION:
Applicant was interviewed on April 7, 2014. Interview panel is recommending
appointment to PARC for a 4 year term that expires April 1, 2018.
HISTORY:
ALTERNATIVES
Do not appoint.
RECOMMENDED MOTION:
Discussion only at the workshop meeting.
City of Arlington
Council Agenda Bill
Item:
WS #2
Attachment
B
COUNCIL MEETING DATE:
April 14, 2014
SUBJECT:
Authorization for Street Closures for Special Events
ATTACHMENTS:
none
DEPARTMENT OF ORIGIN
Executive
EXPENDITURES REQUESTED: N/A
BUDGET CATEGORY: N/A
LEGAL REVIEW:
DESCRIPTION:
The following annual events are requesting street closures:
Show and Shine Car Show, June 14, Olympic Ave- Division to 1st Street Closure.
July 4th Parade, Olympic Ave and Parade Line Up Route Street Closures.
Street Fair, July 11-13, Olympic Avenue- Division to 1st Street Closure.
HISTORY:
These events are being reviewed through the special event process. These are all
annual events in Arlington.
ALTERNATIVES
Do not approve street closures.
RECOMMENDED MOTION:
Discussion only at the workshop meeting.
City of Arlington
Council Agenda Bill
Item:
WS #3
Attachment
C
COUNCIL MEETING DATE:
April 14, 2014
SUBJECT:
Resolution to Surplus Police Dog “Baylee” to handler, Anthony Davis
ATTACHMENTS:
Resolution
Bill of Sale
DEPARTMENT OF ORIGIN
Police
EXPENDITURES REQUESTED: N/A
BUDGET CATEGORY: N/A
LEGAL REVIEW:
DESCRIPTION:
Baylee has served the police department and Arlington’s citizens for several years.
Baylee is now ready to retire as a police dog. Although she is a member of the police
force, she is considered personal property and as such the City must declare her as
“surplus” for purposes of disposing of her. The City wished to make sure that Baylee
spends the rest of her life with her beloved handler, Officer Anthony Davis.
HISTORY:
ALTERNATIVES
Do not surplus Baylee.
RECOMMENDED MOTION:
Discussion only at the workshop meeting.
RESOLUTION NO. 2014-xxx 1
RESOLUTION NO. _2014-xxx_
A RESOLUTION OF THE CITY OF ARLINGTON ACKNOWLEDGING THE SERVICE OF
POLICE DOG “BAYLEE”, DECLARING HER AS SURPLUS,
AND AUTHORIZING HER DISPOSITION TO HER HANDLER
WHEREAS, the City has been well served by its police dog, “Baylee”, who has served
the police department of the City of Arlington and Arlington’s citizens for several years; and
WHEREAS, it is time for Baylee to retire as a police dog; and
WHEREAS, although she is a member of the police force, she is considered personal
property and as such the City must declare her as “surplus” for purposes of disposing of her; and
WHEREAS, the City Council finds that the City is unlikely to receive significant value
in a sale of Baylee, and the City wishes to make sure she spends the rest of her life with her
beloved handler, Anthony Davis;
NOW, THEREFORE, the City of Arlington, acting by and through its City Council,
does hereby resolve as follows:
1. The City Council recognizes the valuable contributions made by “Baylee”, its
nine year old chocolate lab police dog, to the citizens of Arlington.
2. “Baylee” is hereby declared surplus to the needs of the City and should be
permitted to retire.
3. City staff is authorized and directed to transfer Baylee by bill of sale to its
handler, Anthony Davis, per the Bill of Sale attached hereto as Exhibit “A”.
Passed by the City Council of the City of Arlington at a regular meeting on this
____ day of ____________, 2014.
________________________________
Barbara Tolbert
Mayor
ATTEST:
___________________________
Kristin Banfield, City Clerk
RESOLUTION NO. 2014-xxx 2
APPROVED AS TO FORM:
___________________________
Steven J. Peiffle, City Attorney
GENERAL BILL OF SALE 1
(27-614/sjp )
GENERAL BILL OF SALE
THIS GENERAL BILL OF SALE, dated the _____ day of _____________, 2014
from the City of Arlington, a municipal corporation of the state of Washington, hereinafter
called "Grantor", to Anthony Davis, hereinafter called "Grantee".
W I T N E S S E T H:
That Grantor, for value received, has transferred, sold, assigned, conveyed,
granted, bargained, set over and delivered, and by these presents does hereby transfer,
sell, assign, convey, grant, bargain, set over and deliver unto Grantee, Grantee's
successors and assigns forever, the following:
One (1) nine year old female chocolate lab police dog, “Baylee”
TO HAVE AND TO HOLD the aforesaid personal property, together with the
appurtenances thereto, unto Grantee, Grantee's successors and assigns forever. Grantor
hereby covenants and agrees with Grantee, Grantee's successors and assigns, to execute
and deliver to Grantee such other and further instruments and bills of transfer, sale,
assignment and conveyance and all such notices, releases, acquittances and other
documents and to secure all such consents as may be necessary more fully to transfer,
sell, assign and convey to and vest in Grantee the asset and rights hereby transferred,
assigned and conveyed or intended so to be.
And Grantor, for Grantor and Grantor's successors and assigns, covenants and
agrees to and with Grantee, Grantee's successors and assigns, that Grantor is owner of
the said property, goods and chattels and has good right and full authority to sell the same,
GENERAL BILL OF SALE 2
(27-614/sjp )
and that Grantor will warrant and defend the sale hereby made unto Grantee, Grantee's
successors and assigns, against all and every person or persons, whomsoever, lawfully
claiming or to claim the same.
Grantee covenants and agrees to hold the City of Arlington harmless from any
claims arising on or after the date of this Bill of Sale which arise from or relate to the
personal property hereby transferred.
SIGNED at Arlington, Washington, on the day and year first above written.
CITY OF ARLINGTON, WA ANTHONY DAVIS
___________________________________ __________________________
Barbara Tolbert, Mayor Anthony Davis
ATTEST:
___________________________________
Kristin Banfield, City Clerk
GENERAL BILL OF SALE 3
(27-614/sjp )
STATE OF WASHINGTON )
: ss
COUNTY OF SNOHOMISH )
On this day personally appeared before me Barbara Tolbert and Kristin
Banfield, to me known to be the Mayor and City Clerk of the City of Arlington, Washington,
the municipal corporation described in and which executed the within and foregoing
instrument, and acknowledged that they signed the same as the free and voluntary act and
deed of said municipal corporation for the uses and purposes therein mentioned.
Given under my hand and official seal this _____ day of ___________,
2014.
___________________________________
NOTARY PUBLIC in and for the State of
Washington, residing at ________________
My commission expires: __________________
Name:______________________________
STATE OF WASHINGTON )
: ss
COUNTY OF SNOHOMISH )
On this day personally appeared before me Anthony Davis, to me known
to be the individual described in and who executed the within and foregoing instrument,
and acknowledged that he signed the same as his free and voluntary act and deed for the
uses and purposes therein mentioned.
Given under my hand and official seal this _____ day of ____________,
2014.
___________________________________
NOTARY PUBLIC in and for the State of
Washington, residing at ________________
My commission expires: __________________
Name:______________________________
City of Arlington
Council Agenda Bill
Item:
WS #4
Attachment
D
COUNCIL MEETING DATE:
April 14, 2014
SUBJECT:
PERS Enrollment for Medics
ATTACHMENTS:
- Sample Agreement
- Proposed Letter to Department of Retirement Systems
DEPARTMENT OF ORIGIN
Fire—Chief Stedman; Legal—City Attorney
EXPENDITURES REQUESTED: N/A
BUDGET CATEGORY: N/A
LEGAL REVIEW:
DESCRIPTION:
The Council is asked to consider a proposal from City employees and others who
served as EMS providers prior to the City taking over the EMS system in 1999. The
proposal consists of sending a letter of support to DRS. No financial impact is
contemplated to the City as a result of the proposal that the employees pay the
employer share of any credit assessment from DRS.
HISTORY:
The City of Arlington and a consortium of other Districts provided EMS services prior
to the City taking over the EMS system in 1999. A group of City employees and others
have approached the City, requesting that the City support their request for PERS
credit for their prior service.
ALTERNATIVES
Deny the request at this time.
Remand for additional information.
RECOMMENDED MOTION:
Discussion only at the workshop meeting. At the next meeting staff will recommend
that the Mayor be authorized to submit the proposed letter to DRS upon receipt of the
signed agreements from all affected employees/others.
THIS AGREEMENT is dated this ___ day of ______________, 2014, by and
between _____________________ (“Employee”) and the City of Arlington, WA, a
municipal corporation of the state of Washington (“City”).
RECITALS:
A. Employee has, throughout the time in question, provided Emergency Medical
Services to a consortium of the following employers pursuant to interlocal
agreements between those employers: City of Arlington, Snohomish County
Public Hospital District #3 d/b/a Cascade Valley Hospital, Snohomish Co. Fire
Districts 18, 19, 21, 24, 25, Town of Darrington and Marysville Fire District. The
lead agency for the consortium has been classified as employee’s employer for
payroll purposes.
B. Employee is now or previously was classified as an employee of the City during
the time that the City operated as lead agency for the EMS consortium beginning
May 1, 1999 through the present.
C. Employee was also previously classified as an employee of Snohomish County
Public Hospital District #3 d/b/a Cascade Valley Hospital (“CVH”) during the time
CVH operated as lead agency for the EMS consortium from Jan. 1, 1976 through
May 1,1999. Employee was not enrolled in PERS during that time period when
CVH was lead administrator.
D. The City and CVH, together with other municipal corporations identified above,
were parties to one or more interlocal agreements (“the ILAs”) by which
emergency medical services (“EMS”) were provided in north Snohomish County
prior to 1999.
E. In 1999 the City took over as lead agency of the EMS program. Pursuant to this
it entered into interlocal agreements with various current consortium members to
provide EMS services in their jurisdictions in consideration for the EMS levy
proceeds raised by each consortium member’s levy. When the City took over as
lead agency employee was reclassified as a City employee. Employee has
provided the same services to the same population regardless of the identity of
the lead agency. The City enrolled Employee into PERS when it took over as
lead administrator.
F. After reviewing the facts and applicable law, the City and Employee believe
employee is eligible for PERS membership for the time CVH was lead
administrator of the EMS program.
G. The parties acknowledge that the ultimate decision on this interpretation is within
the purview of the Washington State Department of Retirement Systems (“DRS”).
That ultimate decision is, therefore, uncertain at this time and litigation may not
satisfactorily resolve the issues.
H. Some persons who were employed as EMTs prior to the transfer to the City did
not go to work for the City. To the extent they performed qualifying service,
those persons are also part of the covered group.
NOW, THEREFORE, in exchange for the mutual promises contained herein, the parties
do agree as follows:
1. Agreement concerning City reporting of hours. The City agrees to support the
application by Employee for PERS credit by reporting to DRS the estimated
hours of service by Employee, along with a letter explaining the prior service and
the legal theory regarding why Employee should be credited for prior service
(“the Explanatory Letter”), in a form acceptable to the City and counsel for the
Washington State Council of Fire Fighters (“WSCFF”). The City further agrees to
cooperate in any efforts by Employee and WSCFF to persuade DRS to agree to
credit employee’s prior service hours.
2. Agreement concerning payment of back PERS contributions. The Employee
acknowledges that, in the event DRS agrees with the Explanatory Letter and
credits the Employee’s prior service hours, the City will be billed by DRS for back
PERS contributions for Employee. Employee acknowledges that the City does
not have funding to pay for these back service credits. If DRS agrees with the
Explanatory Letter and bills the City, Employee shall pay to City or make
arrangements to pay the City consistent with a payment schedule for
contributions arranged with DRS (if any) or within thirty (30) days if no such
payment schedule is arranged, the sum calculated to be the City’s back
contribution attributable to Employee, together with any interest which may be
required by DRS. The City, in turn, agrees to pay said sums within fifteen (15)
days of receipt directly to DRS, for payment of back PERS contributions for prior
service for Employee. Any interest charged by DRS as a result of a delay in the
employee submitting contributions shall be the sole responsibility of the
employee.
3. Agreement regarding litigation. The parties acknowledge that DRS may or may
not agree with the Explanatory Letter and the interpretation of the City, Employee
and WSCFF. Employee agrees not to pursue litigation against the City with
respect to any prior service hours, which shall not be considered a waiver of the
Employee’s rights to pursue claims against any other party to the ILAs. This
Agreement shall not be admissible in any litigation or administrative proceeding
in which the City is a party, and in any litigation or administrative proceeding in
which any party seeks to have the City ordered to pay back contributions
attributable to the Employee to DRS, Employee agrees to pay, and hold the City
harmless from, said claims or contributions, in the same manner as identified in
paragraph (2), above.
4. Attorney’s fees: If either party to this agreement has to sue to enforce the terms
of the agreement, then the party who prevails in the litigation is entitled to a
judgment for reasonable attorney’s fees and costs incurred in enforcing this
agreement.
5. Notice. Any notice required to be given hereunder shall be deemed to have been
properly given if delivered personally or sent by pre-paid registered mail as
follows:
to the Employee: ________________________
________________________
to the Employer: City of Arlington
238 N. Olympic Ave.
Arlington, WA 98223
and if sent by registered mail shall be deemed to have been received on the 3rd
business day of uninterrupted postal service following the date of mailing. Either
party may change its address for notice at any time, by giving notice to the other
party pursuant to the provisions of this agreement.
6. Interpretation of Agreement. The validity, interpretation, construction and
performance of this agreement shall be governed by the Laws of the State of
Washington. This agreement shall inure to the benefit of, and be binding upon,
the respective successors and assigns of the parties hereto.
7. Entire Agreement: Modification. This Agreement constitutes the entire
agreement and understanding between the parties regarding the subject matter
addressed herein. No modification or extensions of this Agreement shall be
effective unless in writing and signed by the parties hereto.
CITY OF ARLINGTON EMPLOYEE:
____________________________ ____________________________
Barbara Tolbert, Mayor
ATTEST:
____________________________
Kristin Banfield, City Clerk
STATE OF WASHINGTON )
: ss
COUNTY OF SNOHOMISH )
On this day personally appeared before me Barbara Tolbert and Kristin
Banfield, to me known to be the Mayor and City Clerk of the City of Arlington,
Washington, the municipal corporation described in and which executed the within and
foregoing instrument, and acknowledged that they signed the same as the free and
voluntary act and deed of said municipal corporation for the uses and purposes therein
mentioned.
Given under my hand and official seal this _____ day of
______________, 2014.
___________________________________
NOTARY PUBLIC in and for the State of
Washington, residing at ________________
My commission expires: _______________
Name:______________________________
STATE OF WASHINGTON )
: ss
COUNTY OF SNOHOMISH )
On this day personally appeared before me
________________________, to me known to be the individual described in and which
executed the within and foregoing instrument, and acknowledged that he signed the
same as his free and voluntary act and deed for the uses and purposes therein
mentioned.
Given under my hand and official seal this _____ day of ___________,
2014.
___________________________________
NOTARY PUBLIC in and for the State of
Washington, residing at ________________
My commission expires: _______________
Name:______________________________
City of Arlington
Council Agenda Bill
Item:
WS #5
Attachment
E
COUNCIL MEETING DATE:
April 14, 2014
SUBJECT:
Resolution to Surplus 1999 Ford reserve/back-up ambulance
ATTACHMENTS:
Resolution to surplus the 1999 Ford ambulance
DEPARTMENT OF ORIGIN
Fire / EMS
EXPENDITURES REQUESTED:
BUDGET CATEGORY:
LEGAL REVIEW:
DESCRIPTION:
Fire is taking delivery of a new ambulance (approved June 2013) in late March or early
April. Upon delivery, the current Medic 48 (2005) ambulance will go into the reserve
role. AFD would like to assist Fire District 25 (Oso), and surplus the 1999 ambulance to
their department.
HISTORY:
The departments plan was to surplus the 1999 ambulance upon delivery of the new
unit. 5 months ago the “Nick of Time” organization asked us if we had an ambulance
that we were could sell or donate to them. Through a series of conversations and brain
storming, we believe we have accommodated more than what we originally planned.
1. AFD will surplus the 1999 ambulance to F/D 25. 2. In turn, F/D 25 will give
their 1999 Ford aid car/ambulance to the City of Arlington to replace the 1987
Support 46 unit. 3. Support 46 – Donate to the Nick of Time.
ALTERNATIVES
Keep the 1999 ambulance and try to sale it at some point – very limited value.
RECOMMENDED MOTION:
No action at this time.
RESOLUTION NO. _________
A RESOLUTION OF THE CITY OF ARLINGTON DECLARING CERTAIN
PROPERTY AS SURPLUS AND AUTHORIZING ITS SALE
WHEREAS, the City has purchased the equipment listed on the attached Exhibit
“A”; and
WHEREAS, the equipment identified on Exhibit “A” is surplus to the needs of
the City department originally acquiring them, and the City wishes to transfer the same to
another department by interfund transfer;
NOW, THEREFORE, the City of Arlington, acting by and through its City
Council, does hereby resolve as follows:
1. The equipment/property described on the attached Exhibit “A” is declared
surplus to the needs of the City.
2. Staff is authorized to dispose of the property via an intergovernmental transfer
pursuant to RCW 39.33.010, including a transfer to other departments by
interfund transfers.
Passed by the City Council of the City of Arlington at a regular meeting on the
____ day of _______, 2012.
________________________________
Mayor Barbara Tolbert
ATTEST:
___________________________
Kristin Banfield, City Clerk
APPROVED AS TO FORM:
______________________
Steven J. Peiffle, City Attorney
EXHIBIT A
Year Item License Plate # VIN# Asset Tag #
1999 Ford Ambulance 28561D 1FDXE40FIXHB55532
City of Arlington
Council Agenda Bill
Item:
WS #6
Attachment
F
COUNCIL MEETING DATE:
April 14, 2014
SUBJECT:
Cascade Skagit Health Alliance Medical Center Right-of-Way
ATTACHMENTS:
Smokey Point Ambulatory Center Special Use Permit
DEPARTMENT OF ORIGIN
Community & Economic Development
EXPENDITURES REQUESTED: None
BUDGET CATEGORY: N/A
LEGAL REVIEW:
DESCRIPTION:
As part of the Land Use Development Permit, Cascade Skagit Health Alliance
Medical Center will be making a Dedication of Right-of-Way for the future 173rd
Street NE.
HISTORY:
Cascade Valley Hospital and Clinics in Arlington and Skagit Valley Hospital in
Mount Vernon jointly developed the Cascade Skagit Health Alliance Medical Center
at Smokey Point in Arlington. As a requirement of the Land Use Permit is the
dedication of a 60 foot right-of-way to provide connectivity for future 173rd Street NE.
ALTERNATIVES
None.
RECOMMENDED MOTION:
No action at this time.
City of Arlington
Council Agenda Bill
Item:
WS #7
Attachment
G
COUNCIL MEETING DATE:
April 14, 2014
SUBJECT:
Authority to surplus / advertise for recovery/salvage/removal/sale of the Bystrom House, Burn
Road Reservoir and Utilities equipment and vehicles
ATTACHMENTS:
DRAFT Resolution declaring certain property as surplus
DEPARTMENT OF ORIGIN
Public Works
EXPENDITURES REQUESTED: None
BUDGET CATEGORY: N/A
LEGAL REVIEW:
DESCRIPTION:
Staff is requesting Council, following a public hearing, declare the Bystrom house, the Burn Road
Reservoir and certain vehicles and equipment as surplus and authorize staff to sell surplus vehicles
and equipment at market rates.
The Bystrom Residence is a 1,977 square foot a two-story single family residence building located on
the southwest corner of West Cox Ave and West Ave. The main house was constructed in 1895, with
subsequent additions and alterations in 1938; it is in a vernacular style with some Queen Anne
features. The Water Department purchased the former Bystrom property and house in 2012 in order
plan for future expansion of the utility plant. Until such time as the expansion is needed, the Water
Utility intends to remove the house, clear the lot and install a parking lot for Centennial Trail visitors.
The house and out building are not needed for utility operation and it is requested that they be
declared surplus.
The Burn Road Reservoir is a 500,000 gallon (0.5 MG) steel storage tank located off a remote gravel
road near the intersection of Burn Road and 207th Street NE. The 48-foot-diameter, 37-foot-tall steel
tank was constructed in 1962 and provides water storage for the 342 pressure zone distribution
system. The reservoir is not anchored for seismic events. The City is ready to remove this storage
tank and requests that the Council declare it as surplus.
The Utilities division of Public Works has vehicles and equipment that have served their functional
life and are currently more costly to operate and maintain than replacement vehicles and equipment.
As such, these vehicles and equipment are no longer used by the department and are deemed to be
surplus. Below is a list of surplus vehicles and equipment recommended to be designated as surplus.
• 1994 Ford F-150 Truck, VIN #1FTX14H1RKB44965 (Utilities)
• 1997 Chevrolet S-10 P/U, VIN #1GCCS19X5V8179562 (Utilities)
• Haller Well Emergency Generator
HISTORY:
The Bystrom property was surveyed for the following:
- Asbestos Containing Material (ACM) - The Bystrom house and out building was sampled on
July 25, 2012 for ACM. Based on sampling, ACM was found to be present in the concrete
asbestos board exterior siding and in the flu mortar packing.
- Lead Based Pain (LBP) - The Bystrom house and out building was sampled on July 25, 2012 for
LBP in 13 locations, there was no LBP in any of the samples.
- Historical & Architectural Significance – A Historic Evaluation was performed on the Bystrom
house and out building on Sep 12, 2012. A Historic Inventory Report (HIR) was filed with the
Washington State Department of Archaeological and Historic Preservation (DHAP) and the
DHAP concluded that the property is not eligible for the National Register of Historic Places
under criterion C.
The location of the Burn Road reservoir is in a geologically unstable site, over the past several years
there have been several small soil slumps or slides that further prove the site susceptibility to land
movement. Given the critical nature of this facility and potential downstream receptors should it fail,
the City has planned to take this facility out of service for many years. A recent slide in 2013 is now
making this project more urgent. The City has performed the following work to remove this system
from service:
- Coordinated the Burn Road Reservoir removal with the Department of Health as a Capital
Improvement Project (ref 2011 Water System comprehensive Plan)
- Performed hydraulic modeling of the City’s water distribution system without the Burn Road
Reservoir connected; there was no change in level of supply or service.
- The reservoir has been isolated off from the City distribution system since January of this year,
there has been no impacts or service disruption because of the isolation.
ALTERNATIVES
Do not surplus equipment
RECOMMENDED MOTION:
No action, public hearing on April 21, 2014 with action proposed for May 5, 2014 Council Meeting.
Recommended action: “I move to approve the proposed resolution declaring the Bystrom house, the
Burn Road Reservoir and certain vehicles and equipment as surplus and authorize staff to sell surplus
vehicles and equipment at market rates.”
RESOLUTION NO. 2014-XXX
1
RESOLUTION NO. 2014-XXX
A RESOLUTION OF THE CITY OF ARLINGTON DECLARING CERTAIN
UTILITY PROPERTY AS SURPLUS AND AUTHORIZING ITS SALE
WHEREAS, the City has purchased the vehicles, equipment and improvements to real
property listed on the attached Exhibit “A”; and
WHEREAS, the items identified on Exhibit “A” are surplus to the needs of the City; and
WHEREAS, the City conducted a public hearing on April 21, 2014 and thereafter
determined approval of this resolution was in the best interests of the City and citizens;
NOW, THEREFORE, the City of Arlington, acting by and through its City
Council, does hereby resolve as follows:
1. The equipment/property described on the attached Exhibit “A” is declared
surplus to the needs of the City.
2. Staff is instructed to trade in all items for the best available price, sell all items
for the best available price or properly dispose of items that it is unable to sell.
Staff is further authorized to dispose of the property via an intergovernmental
transfer pursuant to RCW 39.33.010.
Passed by the City Council of the City of Arlington at a regular meeting on this
21st day of April, 2014.
________________________________
Barbara Tolbert
Mayor
ATTEST:
___________________________
Kristin Banfield, City Clerk
APPROVED AS TO FORM:
___________________________
Steven J. Peiffle, City Attorney
RESOLUTION NO. 2014-XXX
2
EXHIBIT A
Year Item VIN ID #
Bystrom House &
outbuildings
Burn Road Reservoir
Haller Well Emergency
Generator
1994 Ford F-150 Truck 1FTX14H1RKB44965
1997 Chevrolet S-10 Pick up 1GCCS19X5V8179562
City of Arlington
Council Agenda Bill
Item:
WS #8
Attachment
H
COUNCIL MEETING DATE:
April 14, 2014
SUBJECT:
Professional Services Agreement (PSA) with RH2 Engineering, Inc. for Water and Sewer
Comprehensive Plan Updates
• ATTACHMENTS:
- Draft Professional Services Agreement
- Scope of Work (Exhibit A – Sewer Comp Plan, Exhibit B – Water Comp Plan)
DEPARTMENT OF ORIGIN
Public Works – Jim Kelly
EXPENDITURES REQUESTED: $101,369
BUDGET CATEGORY: 2014 Water Capital Fund 405 $55,924
2014 Sewer Capital Fund 406 $45,445
LEGAL REVIEW:
DESCRIPTION:
Professional Services Agreement with RH2 Engineering, Inc. for updating the Water and Sewer
Comprehensive Plans as necessary.
HISTORY:
Per state law, a utility’s comprehensive plan must be updated every six years; the Sewer Utility’s
Comprehensive Plan is due for an update. The Water Comprehensive Plan was updated in 2011,
however there are significant proposed changes to the City’s General Comprehensive Plan that it too
must be updated for consistency.
RH2’s attached Scope of Work describes tasks necessary to update the City’s Water and Sewer
comprehensive plans and address new regulatory requirements so that the City’s water and sewer
systems are capable of meeting the needs of existing and future customers throughout the 20-year
planning period.
ALTERNATIVES
- Table for further discussion
RECOMMENDED MOTION:
No action – workshop only. At the next Council meeting staff will recommend: “I move to approve
the Professional Services Agreement with RH2 Engineering Inc. and authorize the mayor to sign the
agreement, pending final review by the City Attorney.”
PROFESSIONAL SERVICES
AGREEMENT 1
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT, is made and entered into in duplicate this____ day of April, 2014,
by and between the CITY OF ARLINGTON, a Washington municipal corporation, hereinafter
referred to as the "CITY" and, RH2 Engineering, Inc., hereinafter referred to as the "SERVICE
PROVIDER."
RECITALS:
WHEREAS, the CITY desires to have certain services and/or tasks performed as set forth
below requiring specialized skills and other supportive capabilities; and
WHEREAS, sufficient CITY resources are not available to provide such services; and
WHEREAS, the SERVICE PROVIDER represents that the SERVICE PROVIDER is
qualified and possesses sufficient skills and the necessary capabilities, including technical and
professional expertise, where required, to perform the services and/or tasks set forth in this
Agreement.
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and
performance contained herein, the parties hereto agree as follows:
1. Scope of Services.
The SERVICE PROVIDER shall perform such services and accomplish such tasks, including the
furnishing of all materials and equipment necessary for full performance thereof, as are identified
and designated as SERVICE PROVIDER responsibilities throughout this Agreement and as
detailed in Exhibits "A – Sewer Comprehensive Plan" and “B – Water Comprehensive Plan”
attached hereto and incorporated herein (the "Project").
2. Term.
The Project shall begin on and shall be completed no later than, unless sooner terminated
according to the provisions herein.
3. Compensation And Method of Payment.
3.1 Payments for services provided hereunder shall be made following the
performance of such services, unless otherwise permitted by law and approved in
writing by the CITY.
3.2 No payment shall be made for any service rendered by the SERVICE PROVIDER
except for services identified and set forth in this Agreement.
Field Code Changed
PROFESSIONAL SERVICES
AGREEMENT 2
3.3 The CITY shall pay the SERVICE PROVIDER for work performed under this
Agreement as follows: SERVICE PROVIDER shall submit monthly invoices
detailing work performed and expenses for which reimbursement is sought.
CITY shall approve all invoices before payment is issued. Payment shall occur
within thirty (30) days of receipt and approval of an invoice.
3.4 City shall pay SERVICE PROVIDER for such services: (check one)
Hourly: $ __________ per hour, plus actual expenses, but not to exceed a
total of $___________ without an amendment to the contract.
Fixed Sum: A total amount of $101,369.00 in accordance with Exhibits A
and B .
Other:
for all work performed and expenses incurred under this Contract.
4. Reports And Inspections.
4.1 The SERVICE PROVIDER at such times and in such forms as the CITY may
require, shall furnish to the CITY such statements, records, reports, data, and
information as the CITY may request pertaining to matters covered by this
Agreement.
4.2 The SERVICE PROVIDER shall at any time during normal business hours and
as often as the CITY or State Auditor may deem necessary, make available for
examination all of its records and data with respect to all matters covered, directly
or indirectly, by this Agreement and shall permit the CITY or its designated
authorized representative to audit and inspect other data relating to all matters
covered by this Agreement. The CITY shall receive a copy of all audit reports
made by the agency or firm as to the SERVICE PROVIDER'S activities. The
CITY may, at its discretion, conduct an audit at its expense, using its own or
outside auditors, of the SERVICE PROVIDER'S activities which relate, directly
or indirectly, to this Agreement.
5. Independent Contractor Relationship.
5.1 The parties intend that an independent SERVICE PROVIDER/CITY relationship
will be created by this Agreement. The CITY is interested primarily in the results
to be achieved; subject to paragraphs herein, the implementation of services will
lie solely with the discretion of the SERVICE PROVIDER. No agent, employee,
servant or representative of the SERVICE PROVIDER shall be deemed to be an
employee, agent, servant or representative of the CITY for any purpose, and the
employees of the SERVICE PROVIDER are not entitled to any of the benefits the
CITY provides for its employees. The SERVICE PROVIDER will be solely and
entirely responsible for its acts and for the acts of its agents, employees, servants,
subcontractors or representatives during the performance of this Agreement.
5.2 In the performance of the services herein contemplated the SERVICE
PROVIDER is an independent contractor with the authority to control and direct
the performance of the details of the work, however, the results of the work
contemplated herein must meet the approval of the CITY and shall be subject to
the CITY'S general rights of inspection and review to secure the satisfactory
completion thereof.
6. Service Provider Employees/agents
The CITY may at its sole discretion require the SERVICE PROVIDER to remove any employee,
agent or servant from employment on this Project. The SERVICE PROVIDER may however
employ that (those) individual(s) on other non-CITY related projects.
7. Hold Harmless/Indemnification.
7.1 Consultant shall defend, indemnify and hold the City, its officers, officials,
employees and volunteers 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 and damages
caused by the [sole] negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to
RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to
persons or damages to property caused by or resulting from the concurrent negligence of
the Consultant and the City, its officers, officials, employees, and volunteers, the
Consultant's liability, including the duty and cost to defend, hereunder shall be only to the
extent of the Consultant's negligence. It is further specifically and expressly understood
that the indemnification provided herein constitutes the Consultant's waiver of immunity
under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Agreement.
Consultant shall defend, indemnify and hold the City, its officers, officials, employees
and volunteers 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 and damages caused
by the sole negligence of the City.
7.2 No liability shall attach to the CITY by reason of entering into this Agreement
except as expressly provided herein.
8. Insurance.
The SERVICE PROVIDER shall procure and maintain for the duration of the 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 SERVICE PROVIDER, its
agents, representatives, or employees.
8.1 Minimum Scope of Insurance. SERVICE PROVIDER shall obtain insurance of
the types described below:
a. Automobile Liability insurance covering all owned, non-owned,
hired and leased vehicles. 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. The City shall be named as an insured under the SERVICE
PROVIDER's Commercial General Liability insurance policy with respect
to the work performed for the City.
c. Workers' Compensation coverage as required by the Industrial
Insurance laws of the State of Washington.
d. Professional Liability insurance appropriate to the SERVICE
PROVIDER's profession.
8.2 Minimum Amounts of Insurance. SERVICE PROVIDER shall maintain the
following insurance limits:
a. Automobile Liability insurance with a minimum combined single
limit for bodily injury and property damage of $1,000,000 per accident.
b. Commercial General Liability insurance shall be written with
limits no less than $1,000,000 each occurrence, $2,000,000 general
aggregate.
c. Professional Liability insurance shall be written with limits no less
than $1,000,000 per claim and $1,000,000 policy aggregate limit.
8.3 Other Insurance Provisions. 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 SERVICE PROVIDER's insurance coverage shall be primar y
insurance as respects the City. Any insurance, self-insurance, or insurance
pool coverage maintained by the City shall be excess of the SERVICE
PROVIDER's insurance and shall not contribute with it.
b. The SERVICE PROVIDER's insurance shall be endorsed to state
that coverage shall not be cancelled by either party, except after thirty (30)
days prior written notice by certified mail, return receipt requested, has
been given to the City.
8.4 Acceptability of Insurers. Insurance is to be placed with insurers with a current
A.M. Best rating of not less than A:VII.
8.5 Verification of Coverage. SERVICE PROVIDER shall furnish the City with
original certificates and a copy of the amendatory endorsements, including but not
necessarily limited to the additional insured endorsement, evidencing the
insurance requirements of the SERVICE PROVIDER before commencement of
the work.
9. Treatment of Assets.
Title to all property furnished by the CITY shall remain in the name of the CITY and the CITY
shall become the owner of the work product and other documents, if any, prepared by the
SERVICE PROVIDER pursuant to this Agreement.
10. Compliance with Laws.
10.1 The SERVICE PROVIDER, in the performance of this Agreement, shall comply
with all applicable federal, state or local laws and ordinances, including
regulations for licensing, certification and operation of facilities, programs and
accreditation, and licensing of individuals, and any other standards or criteria as
described in this Agreement to assure quality of services.
10.2 The SERVICE PROVIDER specifically agrees to pay any applicable business and
occupation (B & O) taxes which may be due on account of this Agreement.
11. Nondiscrimination.
11.1 The CITY is an equal opportunity employer.
11.2 Nondiscrimination in Employment. In the performance of this Agreement, the
SERVICE PROVIDER will not discriminate against any employee or applicant
for employment on the grounds of race, creed, color, national origin, sex, marital
status, age or the presence of any sensory, mental or physical handicap; provided
that the prohibition against discrimination in employment because of handicap
shall not apply if the particular disability prevents the proper performance of the
particular worker involved. The SERVICE PROVIDER shall ensure that
applicants are employed, and that employees are treated during employment
without discrimination because of their race, creed, color, national origin, sex,
marital status, age or the presence of any sensory, mental or physical handicap.
Such action shall include, but not be limited to: employment, upgrading, demotion
or transfers, recruitment or recruitment advertising, layoff or termination, rates of
pay or other forms of compensation, and programs for training including
apprenticeships. The SERVICE PROVIDER shall take such action with respect to
this Agreement as may be required to ensure full compliance with local, state and
federal laws prohibiting discrimination in employment.
11.3 Nondiscrimination in Services. The SERVICE PROVIDER will not discriminate
against any recipient of any services or benefits provided for in this Agreement on
the grounds of race, creed, color, national origin, sex, marital status, age or the
presence of any sensory, mental or physical handicap.
11.4 If any assignment and/or subcontracting has been authorized by the CITY, said
assignment or subcontract shall include appropriate safeguards against
discrimination. The SERVICE PROVIDER shall take such action as may be
required to ensure full compliance with the provisions in the immediately
preceding paragraphs herein.
12. Assignment/subcontracting.
12.1 The SERVICE PROVIDER shall not assign its performance under this
Agreement or any portion of this Agreement without the written consent of the
CITY, and it is further agreed that said consent must be sought in writing by the
SERVICE PROVIDER not less than thirty (30) days prior to the date of any
proposed assignment. The CITY reserves the right to reject without cause any
such assignment.
12.2 Any work or services assigned hereunder shall be subject to each provision of this
Agreement and proper bidding procedures where applicable as set forth in local,
state and/or federal statutes, ordinances and guidelines.
12.3 Any technical/professional service subcontract not listed in this Agreement, must
have express advance approval by the CITY.
13. Changes.
Either party may request changes to the scope of services and performance to be provided
hereunder, however, no change or addition to this Agreement shall be valid or binding upon
either party unless such change or addition be in writing and signed by both parties. Such
amendments shall be attached to and made part of this Agreement.
14. Maintenance and Inspection of Records.
14.1 The SERVICE PROVIDER shall maintain books, records and documents, which
sufficiently and properly reflect all direct and indirect costs related to the
performance of this Agreement and shall maintain such accounting procedures
and practices as may be necessary to assure proper accounting of all funds paid
pursuant to this Agreement. These records shall be subject at all reasonable times
to inspection, review, or audit, by the CITY, its authorized representative, the
State Auditor, or other governmental officials authorized by law to monitor this
Agreement.
14.2 The SERVICE PROVIDER shall retain all books, records, documents and other
material relevant to this agreement, for six (6) years after its expiration. The
SERVICE PROVIDER agrees that the CITY or its designee shall have full access
and right to examine any of said materials at all reasonable times during said
period.
15. Other Provisions.
If changes in state law necessitate that services hereunder be expanded, the parties shall negotiate
an appropriate amendment. If after thirty (30) days of negotiation, agreement can not be reached,
this Agreement may be terminated by the City no sooner than sixty (60) days thereafter.
16. Termination.
16.1 Termination for Convenience. The CITY may terminate this Agreement, in whole
or in part, at any time, by at least five (5) days written notice to the SERVICE
PROVIDER.
16.2 Termination for Cause. If the SERVICE PROVIDER fails to perform in the
manner called for in this Agreement, or if the SERVICE PROVIDER fails to
comply with any other provisions of the Agreement and fails to correct such
noncompliance within five (5) days written notice thereof, the CITY may
terminate this Agreement for cause. Termination shall be effected by serving a
notice of termination on the SERVICE PROVIDER setting forth the manner in
which the SERVICE PROVIDER is in default. The SERVICE PROVIDER will
only be paid for services performed in accordance with the manner of
performance set forth in this Agreement.
17. Notice.
Notice provided for in this Agreement shall be sent by certified mail to the addresses designated
for the parties on the last page of this Agreement.
18. Attorneys Fees and Costs.
If any legal proceeding is brought for the enforcement of this Agreement, or because of a
dispute, breach, default, or misrepresentation in connection with any of the provisions of this
Agreement, the prevailing party shall be entitled to recover from the other party, in addition to
any other relief to which such party may be entitled, reasonable attorney's fees and other costs
incurred in that action or proceeding.
19. Jurisdiction and Venue.
19.1 This Agreement has been and shall be construed as having been made and
delivered within the State of Washington, and it is agreed by each party hereto
that this Agreement shall be governed by laws of the State of Washington, both as
to interpretation and performance.
19.2 Any action of law, suit in equity, or judicial proceeding for the enforcement of
this Agreement or any provisions thereof, shall be instituted and maintained only
in any of the courts of competent jurisdiction in Snohomish County, Washington.
20. Severability.
20.1 If, for any reason, any part, term or provision of this Agreement is held by a court
of the United States to be illegal, void or unenforceable, the validity of the
remaining provisions shall not be affected, and the rights and obligations of the
parties shall be construed and enforced as if the Agreement did not contain the
particular provision held to be invalid.
20.2 If it should appear that any provision hereof is in conflict with any statutory
provision of the State of Washington, said provision which may conflict therewith
shall be deemed inoperative and null and void insofar as it may be in conflict
therewith, and shall be deemed modified to conform to such statutory provisions.
21. Entire Agreement.
The parties agree that this Agreement is the complete expression of the terms hereto and any oral
representations or understandings not incorporated herein are excluded. Further, any
modification of this Agreement shall be in writing and signed by both parties. Failure to comply
with any of the provisions stated herein shall constitute material breach of contract and cause for
termination Both parties recognize time is of the essence in the performance of the provisions of
this Agreement. It is also agreed by the parties that the forgiveness of the nonperformance of any
provision of this Agreement does not constitute a waiver of the provisions of this Agreement.
IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed
the day and year first hereinabove written.
CITY: SERVICE PROVIDER:
CITY OF ARLINGTON
Barbara Tolbert, Mayor
Attest:
Kristin Banfield, City Clerk
1
4/2/2014 3:55:12 PM J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_SSP Update.doc
EXHIBIT A
Scope of Work
City of Arlington
Comprehensive Sewer System Plan Update
April 2014
Background
The City of Arlington’s (City) most recent Comprehensive Sewer System Plan (SSP) was completed in
2008 and approved by the Washington State Department of Ecology (Ecology) in October 2008.
The City is considering de-annexing or lowering the density of the Breckhaus-Beach area and
expanding west of I-5. Snohomish County (County) is updating its Comprehensive Plan and the
associated population allocation to the individual cities within the County. The City intends to update
its planning documents as the information becomes available for consistency with the County
Comprehensive Plan and to address the proposed changes in Breckhaus-Beach and the area west of I-
5. The process is expected to impact the City’s Urban Growth Area (UGA) boundary, land use targets,
and population projections, which will be reflected in this SSP update.
This Scope of Work includes tasks to update the City’s SSP. The City has elected to update some
chapters internally. These chapters are Chapters 1, 2, 3, 5, and 8. The City will complete a portion of
the updates to Chapter 4. Katy Isaksen and Associates will prepare Chapter 9 under a separate
contract with the City. RH2 will complete the remaining portions of Chapter 4 and Chapters 6 and 7
as noted within this Scope of Work.
It is anticipated that the SSP will be completed in conjunction with the City’s Comprehensive Water
System Plan (WSP). Efficiencies related to these joint planning efforts are reflected in the Scopes of
Work and Fee Estimates for these two projects. Available resources from the previous planning work
will be utilized to reduce the level of effort necessary for this WSP update.
Task 1 – Data Collection
Objective: Assist the City in collecting data for the sewer system planning process.
Approach:
1.1 Attend a project kick-off meeting with the City.
1.2 Coordinate with City staff during the data collection process. This includes coordinating via
telephone, submitting the list of data needed, and reviewing data provided by the City.
RH2 Deliverables:
x Attendance at one (1) meeting with City staff.
Task 2 – Introduction, System Description, and Land Use (Completed by City)
Objective: Update the introduction and existing sewer system description based on changes since the
previous SSP was completed. Review planning-related documents and identify their impact on the
City’s sewer system.
City of Arlington Exhibit A
Comprehensive Sewer System Plan Update Scope of Work
2
4/2/2014 3:55:12 PM J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_SSP Update.doc
Approach:
2.1 Provide updated descriptions for the existing collection system, wastewater treatment system,
and disposal process based on improvements since the completion of the previous SSP.
2.2 Review planning information from the WSP Update effort relating to the existing and future
sanitary sewer service area, existing and future land use, population forecasts and
environmental considerations. Planning horizons to be evaluated will be 6-year and 20-year.
2.3 Meet with the City’s Comprehensive Plan consultant to discuss the planning implications on
the SSP.
2.4 Incorporate Chapter 1, 2, and 3 from the 2008 SSP into the updated SSP.
Assumptions:
x The sewer system has not changed significantly since the completion of the previous SSP.
x The SSP update will utilize the population and land use analyses prepared for the WSP update.
City Deliverables:
x Chapter 1 – Introduction.
x Chapter 2 – Sewer System Description.
x Chapter 3 – Land Use and Population.
Task 3 –Flow Analysis (Completed by City and RH2)
Objective: Document the historical flow rates and update the sewer system future flow rates.
Approach:
3.1 Review and extract information from existing wastewater quality and flow rate records for 2008
through 2013. (Completed by City)
3.2 Collect and compile available existing data for metered water usage, precipitation, average daily
temperatures, and wastewater flows for 2008 through 2013 as required to update the previous
evaluation of infiltration and inflow (I/I). (Completed by City)
3.3 Update the figure illustrating the proximity of water system components to the wastewater
system. (Completed by RH2)
3.4 Evaluate wastewater flow rate data and peaking factors based on information provided by the
City. Identify areas where additional flow monitoring information is needed. (Completed by
RH2)
3.5 Estimate future wastewater flows and quality changes. (Completed by RH2)
3.6 Attend a conference call with the City regarding calculated future flow rates and SSP progress.
(Completed by RH2)
City of Arlington Exhibit A
Comprehensive Sewer System Plan Update Scope of Work
3
4/2/2014 3:55:12 PM J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_SSP Update.doc
RH2 Deliverables:
x Chapter 4 – Flow Analysis, for City review and comment.
x Attendance at one (1) conference call with City.
Task 4 – Analyze Existing System
Objective: Describe and evaluate the existing system in order to identify deficiencies and recommend
improvements.
Approach:
4.1 Prepare updated color figures illustrating the existing collection, treatment, and disposal
systems.
4.2 Update the hydraulic model with sewer system improvements completed since the previous
SSP. Projected flow rates for future conditions will be based on the City’s updated land use and
population forecasts.
4.3 Use the hydraulic model to determine collection system deficiencies for existing and future
flow rates.
4.4 Prepare color figures illustrating collection system deficiencies.
4.5 Based on review of the sewer records and discussion with maintenance staff, identify areas of
the system which need improvement or should be evaluated with video cameras.
4.6 Analyze available I/I information. If possible, determine the quantity and sources of I/I
and/or make recommendations for additional investigations.
4.7 Review the wastewater treatment plant performance based on existing design and operating
data. Summarize current capacity and performance for treatment, effluent disposal, sludge
handling, and disposal methods using existing design reports, permitted capacity, and operating
data. The City has elected not to complete this task under this contract.
4.8 Incorporate the 2008 SSP lift station evaluation into the updated SSP. Coordinate with the City
to determine recent facility conditions to include in the updated evaluation.
4.9 Compare projected future flow rates to existing measured pump capacities.
4.10 Meet with City staff to discuss identified sewer system deficiencies.
Assumptions:
x Field visits will not be performed for this SSP update.
RH2 Deliverables:
x Chapter 6 – Existing System Analysis, for City review and comment.
x Attendance at one (1) meeting with City staff.
City of Arlington Exhibit A
Comprehensive Sewer System Plan Update Scope of Work
4
4/2/2014 3:55:12 PM J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_SSP Update.doc
Task 5 – Incorporate Elements from 2008 SSP (Completed by City)
Objective: Several chapters from the 2008 SSP are expected to be unaffected by the SSP update and
will be incorporated into the updated SSP with minimal, if any, changes.
Approach:
5.1 Incorporate the 2008 SSP summary of applicable laws, regulations, policies, and design criteria
into the updated SSP.
5.2 Incorporate the operations and maintenance evaluation of the collection system from the
previous SSP into the updated SSP.
City Deliverables:
x Chapter 5 – Policies and Design Criteria.
x Chapter 8 – Operations and Maintenance.
Task 6 – Develop Capital Facility Plan
Objective: Prepare an updated Capital Facility Plan for the proposed sewer system improvements,
including cost estimates and an implementation schedule.
Approach:
6.1 Based on the results of the system analysis, prepare an updated pipeline
replacement/rehabilitation program for the existing sewer collection system. The decision to
either repair or replace specific pipeline sections will be based on an evaluation of the pipe age,
capacity needs, I/I problems, maintenance problems, future street improvements and pipeline
integrity.
6.2 Based on the results of the system analysis, identify lift station improvements to meet design
criteria and improve reliability.
6.3 Update planning-level cost estimates of each project from the previous SSP, prepare
planning-level cost estimates for any new projects, and prioritize the recommended
improvements.
6.4 Prepare a Capital Facility Plan which will provide a plan for the City to systematically and
efficiently rehabilitate the existing collection system and ensure an organized expansion of the
collection system. The implementation timing will be scheduled to provide financial stability in
the City’s wastewater rate structure.
6.5 Prepare a figure in color illustrating the proposed improvements to the sanitary sewer system.
6.6 Meet with City staff to discuss the Capital Facility Plan.
Assumptions: A significant number of the projects in the Capital Facility Plan will be as identified in the previous
SSP, except with an updated cost estimate and schedule.
City of Arlington Exhibit A
Comprehensive Sewer System Plan Update Scope of Work
5
4/2/2014 3:55:12 PM J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_SSP Update.doc
RH2 Deliverables:
x Chapter 7 – Sewer System Improvements, for City review and comment.
x Attend one (1) meeting with City staff.
Task 7 – Financial Analysis (Completed by KI&A and City)
Objective: Coordinate with the City’s financial consultant, Katy Isaksen and Associates (KI&A),
during the development of the financial analysis. The City will contract directly with KI&A.
Approach:
7.1 Coordinate with KI&A during the project to provide information in support of the financial
analysis chapter to be prepared by KI&A. The City will incorporate the final chapter into the
SSP document.
7.2 Attend one (1) meeting with City staff and KI&A.
KI&A and City Deliverables:
x Chapter 9 – Financial Analysis (prepared by KI&A)
x Attendance at one (1) meeting with City staff and KI&A.
Task 8 – Environmental Checklist (Completed by City)
Objective: To summarize environmental issues and discuss measures to reduce adverse impacts (this is
not an Environmental Impact Statement).
Approach:
8.1 Prepare a state Environmental Policy Act (SEPA) Checklist that discusses the proposed
improvements and associated environmental impacts.
City Deliverables:
x Draft SEPA.
Task 9 – Executive Summary (Completed by City)
Objective: Prepare an executive summary to describe the key elements of the SSP.
Approach:
9.1 Identify the purpose of the SSP and summarize the major system characteristics and significant
changes that have occurred since the previous SSP was completed. Briefly describe the key
elements in the SSP.
City Deliverables:
x Executive Summary chapter.
City of Arlington Exhibit A
Comprehensive Sewer System Plan Update Scope of Work
6
4/2/2014 3:55:12 PM J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_SSP Update.doc
Task 10 – Prepare Draft and Final Plan (Completed by City and RH2)
Objective: Prepare draft and final Plans. Prepare materials for public meeting and council
presentation.
Approach:
10.1 Prepare three (3) initial draft SSPs for review by the City. (Completed by City)
10.2 Attend one (1) conference call with City staff to discuss the draft SSP. (Completed by City)
10.3 Revise the draft SSP per City comments. (Completed by City)
10.4 Incorporate comments and prepare up to three (3) final draft SSPs for distribution to
reviewing agencies. (Completed by City)
10.5 Prepare an electronic version of the SSP. (Completed by RH2)
10.6 Attend one meeting with City staff and the Department of Ecology. (Completed by RH2)
Assumptions:
x The City will present the final plan in a public meeting.
City Deliverables:
x Three (3) initial draft SSPs.
x Three (3) final draft SSPs.
RH2 Deliverables:
x Electronic version of the SSP.
x Attendance at one (1) meeting with City staff and the Department of Ecology.
Task 11 – Management Reserve
Objective: Address unanticipated services associated with this project. A separate written
authorization will be provided by the City prior to any work being performed on this task. The
management reserve is set at 10-percent of the estimated fee for the 2014 Comprehensive Sewer
System Plan Update project.
Approach:
11.1 Address unanticipated services beyond what is identified in the Comprehensive Sewer System
Plan services listed in this Scope of Work up to the level of the management reserve.
RH2 Deliverables:
x Unanticipated services as necessary.
City of Arlington Exhibit A
Comprehensive Sewer System Plan Update Scope of Work
7
4/2/2014 3:55:12 PM J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_SSP Update.doc
Note: At the completion of Tasks 1 through 10, the SSP will be in a final format and ready for
review by regulatory agencies. The number of comments, number of meetings, and amount of
required SSP modifications from the review of the regulatory agencies are difficult to predict.
Therefore, RH2 will prepare a separate scope of work and fee estimate to address review
comments, review meetings, and final SSP modifications upon receipt of review comments.
EXHIBIT B
City of Arlington
Comprehensive Sewer System Plan Update
Estimate of Time and Expense
Description Total
Hours Total Labor Subconsultant Total Expense Total Cost
Task 1 Data Collection
1.1 Attend project kick-off meeting with the City 6 928$ -$ 69$ 997$
1.2 Coordinate with City during data collection 8 1,252$ -$ 40$ 1,292$
Subtotal 14 2,180$ -$ 109$ 2,289$
Task 2 Introduction, System Description, and Land Use (Completed by City)
2.1 Provide updated descriptions of system --$ -$ -$ -$
2.2 Review planning information --$ -$ -$ -$
2.3 Meet with Comprehensive Plan consultant --$ -$ -$ -$
2.4 Incorporate Chapters 1, 2, and 3 --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 3 Flow Analysis (Completed by City and RH2)
3.1 Review flow and quality data for 2008 through 2013 (City)--$ -$ -$ -$
3.2 Collect water usage, temperature, rainfall, etc., for I/I evaluation (City)--$ -$ -$ -$
3.3 Update water system component figure (RH2)6 917$ -$ 159$ 1,076$
3.4 Evaluate flow rates and peaking factors (RH2)16 2,386$ -$ 61$ 2,447$
3.5 Estimate future wastewater flows and quality changes (RH2)22 3,355$ -$ 94$ 3,449$
3.6 Attend conference call with City (RH2)4 626$ -$ 16$ 642$
Subtotal 48 7,284$ -$ 329$ 7,613$
Task 4 Analyze Existing System
4.1 Prepare updated figures of collection, treatment and disposal system 18 2,740$ -$ 369$ 3,109$
4.2 Update the hydraulic model with improvements and projected flow 24 3,709$ -$ 615$ 4,324$
4.3 Determine collection system deficiencies 8 1,326$ -$ 87$ 1,413$
4.4 Prepare color figure of deficiencies 12 1,886$ -$ 514$ 2,400$
4.5 Identify additional areas for improvements 10 1,480$ -$ 121$ 1,601$
4.6 Analyze I/I and make recommendations 8 1,271$ -$ 34$ 1,305$
4.7 Review WWTP performance (Not completed under this contract)--$ -$ -$ -$
4.8 Incorporate lift station evaluation from 2008 SSP 2 313$ -$ 9$ 322$
4.9 Compare updated projected flow rates to lift station capacities 11 1,620$ -$ 41$ 1,661$
4.10 Meet with the City to discuss deficiencies 6 939$ -$ 68$ 1,007$
Subtotal 99 15,284$ -$ 1,859$ 17,143$
Task 5 Incorporate Elements from 2008 SSP (Completed by City)
5.1 Incorporate the 2008 summaries of existing laws --$ -$ -$ -$
5.2 Utilize O&M discussions from 2008 SSP --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 6 Develop Capital Facility Plan
6.1 Prepare updated pipeline replacement/rehabilitation program 16 2,479$ -$ 63$ 2,542$
6.2 Identify lift station improvements 6 854$ -$ 22$ 876$
6.3 Update the planning-level cost estimates 12 1,823$ -$ 46$ 1,869$
6.4 Prepare the capital facilities plan 20 3,105$ -$ 79$ 3,184$
6.5 Prepare the proposed improvements figure 16 2,501$ -$ 452$ 2,953$
6.6 Meet with the City regarding capital facilities plan 6 939$ -$ 68$ 1,007$
Subtotal 76 11,701$ -$ 731$ 12,432$
Task 7 Financial Analysis (Completed by KI&A and City)
7.1 Coordinate with KI&A --$ -$ -$ -$
7.2 Meet with KI&A and City --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 8 Environmental Checklist (Completed by City)
8.1 Prepare SEPA --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 9 Executive Summary (Completed by City)
9.1 Prepare Executive Summary --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 10 Prepare Draft and Final Plan (Completed by City and RH2)
10.1 Prepare three (3) draft plans for the City (City)--$ -$ -$ -$
10.2 Attend conference call with City (City)--$ -$ -$ -$
10.3 Revise per City comments (City)--$ -$ -$ -$
10.4 Prepare three (3) final draft plans for submittal to agencies (City)--$ -$ -$ -$
10.5 Prepare an electronic version of the SSP (RH2)8 830$ -$ 48$ 878$
10.6 Meet with City and Ecology (RH2)5 892$ -$ 67$ 959$
Subtotal 13 1,722$ -$ 115$ 1,837$
Total Comprehensive Sewer System Plan Update Tasks 250 38,171$ -$ 3,143$ 41,314$
Task 11 Management Reserve - 10%4,131$
Project Total 45,445$
J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_FEE_ARL SSP Update.xlsx 4/2/2014 3:58 PM
EXHIBIT C
SCHEDULE OF RATES AND CHARGES
2013 HOURLY RATES
CLASSIFICATION RATE CLASSIFICATION RATE
Professional IX $203.00 Technician IV $131.00
Professional VIII $203.00 Technician III $123.00
Professional VII $195.00 Technician II $92.00
Technician I $87.00
Professional VI $180.00
Professional V $172.00 Administrative V $122.00
Professional IV $162.00 Administrative IV $102.00
Administrative III $88.00
Professional III $151.00 Administrative II $73.00
Professional II $143.00 Administrative I $61.00
Professional I $131.00
In-house copies (each)8.5" X 11"$0.09 CAD Plots Large $25.00
In-house copies (each)8.5" X 14"$0.14 CAD Plots Full Size $10.00
In-house copies (each)11" X 17"$0.20 CAD Plots Half Size $2.50
In-house copies (color) (each)8.5" X 11"$0.90 CAD System Per Hour $27.50
In-house copies (color) (each)8.5" X 14"$1.20 GIS System Per Hour $27.50
In-house copies (color) (each)11 X 17"$2.00 Technology Charge 2.5% of Direct Labor
Mileage Current IRS Rate
accomplished shall be based on the hourly rates and expenses in effect at the time of billing as stated in this Exhibit.
Rates listed here are adjusted annually. The current schedule of rates and charges is used for billing purposes. Payment for work
RH2 Engineering, Inc.
Outside direct costs for permit fees, reports, maps, data, reprographics, couriers, postage, and non-mileage related travel expenses that are necessary for
the execution of the project and are not specifically identified elsewhere in the contract will be invoiced at cost.
All Subconsultant services are billed at cost plus 15%.
IN-HOUSE SERVICES
OUTSIDE SERVICES
CHANGES IN RATES
4/2/20144:00 PM J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_FEE_ARL SSP Update.xlsx
1
4/2/2014 3:16:53 PM \\rh2\dfs\Bothell\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_WSP Update.docx
EXHIBIT A
Scope of Work
City of Arlington
Comprehensive Water System Plan Update
April 2014
Background
RH2 Engineering, Inc., (RH2) completed the City of Arlington’s (City) most recent Water System Plan
(WSP) in October 2011. Based on the planning requirements of Washington Administrative Code
(WAC) Chapter 246-290, the City’s WSP must be updated every 6 years; therefore, the next update is
due in 2017.
The City is considering de-annexing or lowering the density of the Breckhaus-Beach area and expanding
west of I-5. Snohomish County (County) is in the process of updating its Comprehensive Plan and the
associated population allocations to the individual cities within the County. The City intends to update
its planning documents as the information becomes available for consistency with the County
Comprehensive Plan and to address the proposed changes in Breckhaus-Beach and the area west of I-5.
The process is expected to impact the City’s Urban Growth Area (UGA) boundary, land use targets, and
population projections, which will be reflected in this WSP update.
This Scope of Work describes tasks necessary to update the City’s WSP and address new regulatory
requirements so that the City’s water system is capable of meeting the needs of existing and future
customers throughout the 20-year planning period. The City has elected to update some chapters
internally. These chapters are Chapters 1, 2, 3, 5, 6 and 8. The City will complete a portion of the
updates to Chapter 4. Katy Isaksen and Associates will prepare Chapter 10 under a separate contract
with the City. RH2 will complete the remaining portions of Chapter 4 and Chapters 7 and 9 as noted
within this Scope of Work.
It is anticipated that the WSP will be completed in conjunction with the City’s Comprehensive Sewer
System Plan (SSP). Efficiencies related to these joint planning efforts are reflected in the Scopes of
Work and Fee Estimates for these two projects. All available resources from the previous planning
work will be utilized to reduce the level of effort necessary for this WSP update.
This Scope of Work is based on published regulatory requirements for water system plans known at the
time of this writing. If new or expanded regulatory requirements are published during the course of this
project, a contract amendment along with a scope of work and fee estimate will be provided for the
additional work to address the new or expanded regulatory requirements.
Task 1 – Data Collection and DOH Coordination
Objective: Assist the City in collecting data for the water system planning process. Coordinate with the
Washington State Department of Health (DOH) throughout the development of the WSP.
Approach:
1.1 Attend a pre-planning conference with City and DOH staff.
1.2 Coordinate with City staff during the data collection process. This includes coordinating via
telephone, submitting the list of data needed, and reviewing data provided by the City.
1.3 Coordinate with DOH through the development of the WSP.
City of Arlington Exhibit A
Comprehensive Water System Plan Update Scope of Work
2
4/2/14 3:16 PM \\rh2\dfs\Bothell\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_WSP Update.docx
RH2 Deliverables:
x Attendance at one (1) meeting with City and DOH staff.
Task 2 – Introduction and Existing System Description (Completed by City)
Objective: Update the introduction and existing water system description.
Approach:
2.1 In Chapter 1 and 2, describe the changes to existing facilities and pressure zones since the
completion of the previous WSP.
2.2 Incorporate Chapter 1 and 2 from the 2011 WSP into the updated WSP.
City Deliverables:
x Chapter 1 – Introduction.
x Chapter 2 – Water System Description.
Task 3 – Land Use and Population (Completed by City)
Objective: Review planning-related documents and identify their impact on the City’s water system.
Approach:
3.1 Review updated planning documents, including the County Comprehensive Plan, and
summarize the impacts or constraints on the water system.
3.2 Meet with the City’s Comprehensive Plan consultant to discuss the planning impacts on the
WSP.
3.3 Complete DOH’s Consistency Statement Checklist.
3.4 Update the discussion regarding the UGA based on UGA boundary changes.
3.5 Update the land use sections of the 2011 WSP based on the City’s updated Comprehensive Plan.
3.6 Update the housing trends and household size information within the City’s service area based
on available information from City staff, as well as County and state population data.
3.7 Include a table of 6-year and 20-year population projections for the City that comply with the
Growth Management Act.
City Deliverables:
x Attendance at one (1) meeting with the City’s Comprehensive Plan consultant.
x Chapter 3 – Land Use and Population.
Task 4 – Water Demands (Completed by City and RH2)
Objective: Review historical water use and forecast future water demands of the system.
City of Arlington Exhibit A
Comprehensive Water System Plan Update Scope of Work
3
4/2/14 3:16 PM \\rh2\dfs\Bothell\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_WSP Update.docx
Approach:
4.1 Tabulate monthly totals of metered consumption for each customer class and the average
number of accounts in service for each year from 2009 through 2013 based on available
information provided by the City. (Completed by City)
4.2 Tabulate ten (10) to twenty (20) of the largest water users and the total water use of each for the
year 2013. (Completed by City)
4.3 Tabulate monthly and yearly totals of water supply from each source of supply from 2010
through 2013. (Completed by City)
4.4 Calculate per capita demands based on the average day demand and water system population
data from 2009 through 2013. (Completed by City)
4.5 Calculate the number of equivalent residential units (ERUs) within the system based on the
water consumption and supply data. (Completed by City)
4.6 Identify the total amount of distribution system leakage (DSL) from 2009 through 2013.
Calculate the 3-year rolling average of the DSL. (Completed by City)
4.7 Calculate the system average day demand based on the yearly water supply data from 2009
through 2013. (Completed by City)
4.8 Review telemetry data and estimate the system’s peak day and peak hour demands. (Completed
by City)
4.9 Document the historical demands from 2009 through 2013. (Completed by City)
4.10 Document the current and past efforts for water use efficiency (WUE) and their impact on
water demand over the past 6 years. Describe the City’s WUE improvements. (Completed by
City)
4.11 Develop 1-, 2-, 3-, 4-, 5-, 6-, 10-, and 20-year demand projections based on projected water
system population data and historical per capita demands. Demand projections will be tabulated
with and without additional water use reductions from the proposed WUE Program.
(Completed by RH2)
4.12 Calculate the existing, 6-year, 10-year, and 20-year population projections for the City’s water
service area. (Completed by RH2)
4.13 Describe the basis for and results of the existing and future water demand evaluation.
(Completed by RH2)
4.14 Evaluate, describe, and prepare a graphic or table to demonstrate the seasonal variations in
consumption patterns for each customer class and the seasonal variations in supply sources.
(Completed by City)
4.15 Provide updated tables integrated with chapter text. (Completed by RH2)
4.16 Attend one (1) conference call with City staff regarding the developed demand projections.
(Completed by RH2)
RH2 Deliverables:
x Attendance in one (1) conference call with City staff.
City of Arlington Exhibit A
Comprehensive Water System Plan Update Scope of Work
4
4/2/14 3:16 PM \\rh2\dfs\Bothell\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_WSP Update.docx
x A portion of Chapter 4 – Water Demands, for City review and comment.
Task 5 – Water Source and Quality (Completed by City)
Objective: Identify the City’s water quality monitoring requirements and results of recent monitoring,
prepare an inventory of existing water sources, and evaluate the City’s water rights.
Approach:
5.1 Update the 2011 WSP water rights evaluation that compares current water rights with demands
based on the updated demand projections.
5.2 Evaluate and discuss alternative water supply sources to meet the City’s long-term demand
projections.
5.3 Incorporate the 2011 WSP water quality elements into the updated WSP.
5.4 Review new water quality regulations and update the water quality sections as necessary.
5.5 Summarize the results and compliance status of recent source and distribution system water
quality monitoring.
City Deliverables:
x Chapter 6 – Water Source and Quality.
Task 6 – Water System Analyses
Objective: Evaluate each water system component to identify deficiencies and recommend
improvements.
Approach:
6.1 Update the Existing Water System figure, Hydraulic Profile, Land Use, and Service Area figure.
6.2 Examine each of the existing pressure zones and identify areas of low and high pressures.
Update the table showing each existing zone, maximum and minimum service elevation, and
service pressures (at static conditions).
6.3 Calculate the quantity of water supply required for the existing and projected future conditions,
and compare those requirements to the system’s existing supply capability.
6.4 Identify and describe supply facility deficiencies.
6.5 Calculate the quantity of water required from booster pump stations for the existing and future
system and compare to the existing booster pump station capacities.
6.6 Identify and describe booster pump station deficiencies.
6.7 Based on the requirements contained in WAC 246-290-235 and the current DOH Water System
Design Manual, calculate the quantity of water storage required for the existing and future system
and compare those requirements to the existing storage capacity of the system.
6.8 Identify and briefly describe storage deficiencies.
6.9 Document the hydraulic analysis criteria and hydraulic model settings for the distribution system
analyses.
City of Arlington Exhibit A
Comprehensive Water System Plan Update Scope of Work
5
4/2/14 3:16 PM \\rh2\dfs\Bothell\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_WSP Update.docx
6.10 Update existing demand in the hydraulic model. Assume that the demand distribution has not
changed from the previous WSP, but high water user demands need to be reviewed.
6.11 Using the hydraulic model of the water system, perform a steady-state hydraulic analysis of the
system simulating a peak hour demand condition with no fire flows to determine the pressures
and flow distribution during this demand condition.
6.12 Perform a steady-state fire flow analysis for each node in the system while simulating peak day
demands to determine the capability of the existing system to provide adequate flows and
pressures and identify existing system deficiencies.
6.13 Input future demand data into the hydraulic model’s nodes using the results from the future
water demand evaluation. Demand distribution will be based on estimates of future growth
allocations.
6.14 Based on the results of the existing system hydraulic analysis and identification of deficiencies,
identify and input proposed water system improvements into the model.
6.15 Perform a steady-state fire flow analysis for each node in the system while simulating future peak
day demands to review that the proposed improvements reduce existing system deficiencies and
are sized to accommodate anticipated growth based on meeting the City’s policies and design
criteria. Repeat the analyses for the 6-year, 10-year, and 20-year projections.
6.16 Prepare a table that summarizes the results of the existing system and future system fire flow
analyses.
6.17 Identify and describe distribution system deficiencies and the results of the hydraulic analyses.
6.18 Perform an existing, 6-year, and 10-year system capacity analysis to determine the unused,
available system capacity expressed in ERUs. Prepare a 6-year and 10-year projected system
capacity analysis with proposed improvements. Document the criteria and results of the
analyses.
6.19 Meet with City staff to discuss the system analyses, deficiencies, and recommended
improvements.
6.20 Provide analyses summary tables and incorporate into the chapter text.
6.21 Prepare a color figure of the hydraulic model node diagram.
Assumptions:
x Field visits will not be performed for this WSP update.
x Demand distribution within the water system does not need to be recalculated based on meter routes.
x The hydraulic model will not be calibrated with this WSP update.
RH2 Deliverables:
x Chapter 7 – Water System Analysis, for City review and comment.
x Attendance at one (1) meeting with City staff.
City of Arlington Exhibit A
Comprehensive Water System Plan Update Scope of Work
6
4/2/14 3:16 PM \\rh2\dfs\Bothell\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_WSP Update.docx
Task 7 – Water System Improvements
Objective: Describe and schedule improvements to address deficiencies identified in the water system
analyses. Prepare planning-level cost estimates for each project identified.
Approach:
7.1 Briefly describe water system improvements that have been completed since the last WSP
update.
7.2 Prepare an updated list of proposed water system improvements based on the results of the
existing system and proposed system analyses. Briefly describe each group of related
improvements and the purpose/benefit of the improvements.
7.3 Update the planning-level cost estimate for each improvement based on current industry prices.
7.4 Update the schedule of improvements based on prioritization.
7.5 Prepare a table of improvements that includes an improvement identification number, a brief
description of each improvement, the associated cost estimate and the scheduling of the
improvements on an annual basis for the first 10 years and at 6-year intervals for the 20-year
planning period.
7.6 Update the discussion regarding the criteria and procedures used for prioritizing and scheduling
improvements.
7.7 Prepare tables and integrate into the chapter text.
7.8 Prepare color figures of the following:
x Proposed water system improvements; and
x Proposed hydraulic profile improvements.
7.9 Meet with City staff to discuss the water system improvements and the proposed schedule of
implementation.
Assumptions:
x The 2011 WSP Prioritization Criteria remains valid.
RH2 Deliverables:
x Draft Capital Improvement Plan tables and figures for City review and comment.
x Chapter 9 – Water System Improvements, for City review and comment.
x Attendance at one (1) meeting with City staff.
Task 8 – Financial Analysis (Completed by KI&A and City)
Objective: Katy Isaksen and Associates (KI&A) will prepare the financial analysis chapter of the WSP,
and the City will contract with them directly.
City of Arlington Exhibit A
Comprehensive Water System Plan Update Scope of Work
7
4/2/14 3:16 PM \\rh2\dfs\Bothell\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_WSP Update.docx
Approach:
8.1 Coordinate with KI&A during the project to provide information in support of the financial
analysis chapter to be prepared by KI&A. The City will incorporate the final chapter into the
WSP document.
8.2 Attend one (1) meeting with the City and KI&A to review the financial analysis.
KI&A and City Deliverables:
x Chapter 10 – Financial Analysis.
x Attendance at one (1) meeting with City staff and KI&A.
Task 9 – Incorporate Elements from 2011 WSP (Completed by City)
Objective: Several chapters from the 2011 WSP are expected to be unaffected by the WSP update and
will be incorporated into the updated WSP with minimal, if any, changes.
Approach:
9.1 Incorporate Chapter 5 – Policies and Design Criteria from the 2011 WSP into the updated WSP.
9.2 Incorporate Chapter 8 – Operations and Maintenance form the 2011 WSP into the updated
WSP. Update the organizational chart and personnel certification.
9.3 Incorporate the Cross–connection Control Program from the 2011 WSP into the updated WSP.
Discuss current and future activities.
9.4 Incorporate the Watershed Control Program from the 2011 WSP into the updated WSP.
Discuss current and future activities.
City Deliverables:
x Chapter 5 – Policies and Design Criteria.
x Chapter 8 – Operations and Maintenance.
x Cross-connection Control Program.
x Watershed Control Program.
Task 10 – Water Quality Monitoring Plan (Completed by City)
Objective: Document the City’s existing water quality monitoring requirements and procedures.
Update the City’s existing Coliform Monitoring Plan.
Approach:
10.1 Incorporate the water system description from the 2011 WSP water quality monitoring plan into
the updated WSP.
10.2 Document source water quality monitoring requirements and procedures.
10.3 Document distribution system water quality monitoring requirements and procedures, including
a schedule for coliform monitoring.
10.4 Update the source monitoring schedule table.
City of Arlington Exhibit A
Comprehensive Water System Plan Update Scope of Work
8
4/2/14 3:16 PM \\rh2\dfs\Bothell\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_WSP Update.docx
10.5 Update the 2011 coliform monitoring plan table and color figure.
City Deliverables:
x Water Quality Monitoring Plan, to be included in the WSP as an appendix.
Task 11 – Water Use Efficiency Program (Completed by City)
Objective: Update the City’s Water Use Efficiency (WUE) Program and water use efficiency goals for
the water system.
Approach:
11.1 Incorporate the background and program requirements from the WUE Program in the 2011
WSP into the updated WSP.
11.2 Incorporate the water supply characteristics from the WUE Program in the 2011 WSP into the
updated WSP.
11.3 Establish WUE goals through a public process as required by the WUE Rule.
11.4 Identify and evaluate WUE measures.
11.5 Prepare a schedule for implementation of the WUE measures and cost estimates for each measure.
City Deliverables:
x Presentation of the WUE goals to the public.
x WUE Program, to be included in the WSP as an appendix.
Task 12 – Executive Summary (Completed by City)
Objective: Prepare an executive summary to describe the key elements of the WSP.
Approach:
12.1 Identify the purpose of the WSP and summarize the major system characteristics and significant
changes that have occurred since the previous WSP was completed. Briefly describe the key
elements in the WSP.
City Deliverables:
x Executive Summary chapter.
Task 13 – Appendices (Completed by City)
Objective: Prepare miscellaneous appendices for inclusion in the WSP.
Approach:
13.1 Prepare the State Environmental Policy Act (SEPA) Checklist. Obtain the Determination of
Non-Significance (DNS) to include in the appendix.
13.2 Obtain new water service area agreements to include in the WSP.
13.3 Obtain copies of any new or revised City resolutions/ordinances and include in the appendices.
13.4 Include copies of Water Facilities Inventory (WFI) forms.
City of Arlington Exhibit A
Comprehensive Water System Plan Update Scope of Work
9
4/2/14 3:16 PM \\rh2\dfs\Bothell\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_WSP Update.docx
13.5 Include a copy of the most recent Consumer Confidence Report.
13.6 Include a copy of City construction standards.
13.7 Include copies of water system facilities, data, consistency statement checklists, and agency
review comments.
City Deliverables:
x Miscellaneous appendices for inclusion in the WSP.
Task 14 – Cover Development, Draft Plan Binding, and Printing (Completed by
City)
Objective: Prepare a draft of the WSP for final review.
Approach:
14.1 Develop a cover format that includes the WSP name and revision date.
14.2 Bind up to three (3) sets of the draft WSP documents in three-ring binders.
14.3 Attend one (1) conference call with City staff to discuss the draft WSP.
14.4 Revise the WSP per City comments.
City Deliverables:
x Up to three (3) sets of the draft WSP in three-ring binders.
Task 15 – Final Plan Binding and Printing (Completed by City and RH2)
Objective: Prepare a final draft of the WSP and submit it to review agencies and adjacent water
purveyors.
Approach:
15.1 Bind up to six (6) sets of the WSP in three-ring binders. (Completed by City)
15.2 Create an electronic version of the WSP. (Completed by RH2)
15.3 Submit the WSP to adjacent water systems for their review and comment. (Completed by City)
15.4 Submit the draft WSP to DOH and the County for review and comment. (Completed by City)
Assumptions:
x The City will present the final plan in a public meeting.
City Deliverables:
x Up to six (6) sets of the WSP in three-ring binders for agency review.
RH2 Deliverables:
x One (1) electronic version of the WSP for agency review.
City of Arlington Exhibit A
Comprehensive Water System Plan Update Scope of Work
10
4/2/14 3:16 PM \\rh2\dfs\Bothell\Data\ARL\S40\2014 WSP and GSP Update\PSA_SOW_WSP Update.docx
Task 16 – Management Reserve
Objective: Address unanticipated services associated with this project. A separate written authorization
will be provided by the City prior to work being performed on this task. The management reserve is set
at 10-percent of the estimated fee for the 2014 Comprehensive Water System Plan Update project.
Approach:
16.1 Address unanticipated services beyond what is identified in the Comprehensive Water System
Plan services listed in this Scope of Work up to the level of the management reserve.
RH2 Deliverables:
x Unanticipated services as necessary.
Note: At the completion of Tasks 1 through 15, the WSP will be in a final format, ready for
review by regulatory agencies. The number of comments, number of meetings and amount of
required WSP modifications from the review of the regulatory agencies are difficult to predict.
Therefore, RH2 will prepare a separate scope of work and fee estimate to address review
comments, review meetings, and final WSP modifications upon receipt of review comments.
EXHIBIT B
City of Arlington
Comprehensive Water System Plan Update
Estimate of Time and Expense
Description Total
Hours Total Labor Subconsultant Total Expense Total Cost
Task 1 Data Collection and DOH Coordination
1.1 Attend pre-plan conference 8 1,292$ -$ 77$ 1,369$
1.2 Coordinate with City on data collection 4 604$ -$ 20$ 624$
1.3 Coordinate with DOH 4 688$ -$ 22$ 710$
Subtotal 16 2,584$ -$ 118$ 2,702$
Task 2 Introduction and Existing System Description (Completed by City)
2.1 Describe changes to existing facilities and pressure zones --$ -$ -$ -$
2.2 Incorporate the 2011 WSP Ch. 1 and 2 into the updated WSP --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 3 Land Use and Population (Completed by City)
3.1 Review updated Comprehensive Plans and summarize --$ -$ -$ -$
3.2 Meet with Comprehensive Plan Consultant --$ -$ -$ -$
3.3 Update the Consistency Statement Checklists --$ -$ -$ -$
3.4 Update UGA discussion --$ -$ -$
3.5 Update the land use sections based on updated Comprehensive Plan --$ -$ -$ -$
3.6 Update housing trends and housing size information --$ -$ -$ -$
3.7 Include 6-year and 20-year population projections --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 4 Water Demands (Completed by City and RH2)
4.1 Tabulate water consumption for 2009 through 2013 (City)--$ -$ -$ -$
4.2 Tabulate largest water users for 2013 (City)--$ -$ -$ -$
4.3 Tabulate monthly and yearly water supply for 2009 through 2013 (City)--$ -$ -$ -$
4.4 Calculate per capita demand (City)--$ -$ -$ -$
4.5 Calculate the number of ERUs (City)--$ -$ -$ -$
4.6 Identify amount of DSL (City)--$ -$ -$ -$
4.7 Calculate average day demand for 2009 through 2013 (City)--$ -$ -$ -$
4.8 Review telemetry data and compute the peak day and peak hour demands (City)--$ -$ -$ -$
4.9 Document historical demands (City)--$ -$ -$ -$
4.10 Discuss WUE (City)--$ -$ -$ -$
4.11 Develop water demand projections, with and without WUE (RH2)9 1,380$ -$ 35$ 1,415$
4.12 Calculate water service area population (RH2)8 1,250$ -$ 59$ 1,309$
4.13 Discuss water demand projections (RH2)3 453$ -$ 12$ 465$
4.14 Evaluate seasonal consumption and supply patterns (City)--$ -$ -$ -$
4.15 Provide tables integrated with chapter text (RH2)10 1,331$ -$ 34$ 1,365$
4.16 Attend conference call with the City regarding demand projections (RH2)4 646$ -$ 16$ 662$
Subtotal 34 5,060$ -$ 156$ 5,216$
Task 5 Water Source and Quality (Completed by City)
5.1 Update water rights evaluation based on new population and demand --$ -$ -$ -$
5.2 Discuss alternative water supply sources --$ -$ -$ -$
5.3 Incorporate the 2011 WSP water quality elements into the updated WSP --$ -$ -$ -$
5.4 Review new water quality regulations and update as necessary --$ -$ -$ -$
5.5 Summarize water quality results --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 6 Water System Analyses
6.1 Update figures 22 3,364$ -$ 684$ 4,048$
6.2 Evaluate pressure zones 1 151$ -$ 31$ 182$
6.3 Evaluate water supply 3 453$ -$ 11$ 464$
6.4 Identify supply deficiencies 2 302$ -$ 8$ 310$
6.5 Evaluate booster pump stations 3 453$ -$ 11$ 464$
6.6 Identify booster pump station deficiencies 1 151$ -$ 4$ 155$
6.7 Evaluate storage capacity 6 906$ -$ 50$ 956$
6.8 Evaluate storage deficiencies 2 302$ -$ 8$ 310$
6.9 Document the hydraulic analysis criteria and settings 3 453$ -$ 66$ 519$
6.10 Update existing demand in the model 4 604$ -$ 125$ 729$
6.11 Determine existing peak hour demand hydraulic analyses 8 1,208$ -$ 250$ 1,458$
6.12 Determine existing peak day demand fire flow analyses 20 3,020$ -$ 736$ 3,756$
6.13 Input future demand data 4 604$ -$ 125$ 729$
6.14 Input proposed water system improvements into the model 18 2,760$ -$ 509$ 3,269$
6.15 Perform future hydraulic analyses 22 3,322$ -$ 743$ 4,065$
6.16 Prepare fire flow summary table 6 906$ -$ 105$ 1,011$
6.17 Identify and describe distribution system deficiencies 6 1,010$ -$ 80$ 1,090$
6.18 Perform capacity analyses in terms of ERUs 9 1,380$ -$ 35$ 1,415$
6.19 Meet with the City to discuss the analyses 8 1,292$ -$ 77$ 1,369$
6.20 Provide summary tables and integrate into text 13 1,732$ -$ 52$ 1,784$
6.21 Prepare node diagram 6 866$ -$ 179$ 1,045$
Subtotal 167 25,239$ -$ 3,890$ 29,129$
J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_FEE_ARL WSP Update.xlsx 4/2/2014 4:03 PM
Description Total
Hours Total Labor Subconsultant Total Expense Total Cost
Task 7 Water System Improvements
7.1 Describe improvements since last WSP 3 453$ -$ 11$ 464$
7.2 Update the list of proposed improvements 18 2,760$ -$ 69$ 2,829$
7.3 Update cost estimates based on current industry prices 10 1,552$ -$ 39$ 1,591$
7.4 Update the schedule of improvements 11 1,755$ -$ 154$ 1,909$
7.5 Prepare a table of improvements 8 1,208$ -$ 140$ 1,348$
7.6 Update the prioritization discussion 2 302$ -$ 8$ 310$
7.7 Prepare tables and integrate into the text 5 807$ -$ 29$ 836$
7.8 Prepare color figures 17 2,455$ -$ 471$ 2,926$
7.9 Meet with the City to discuss improvements and proposed implementation schedule 4 646$ -$ 61$ 707$
Subtotal 78 11,938$ -$ 982$ 12,920$
Task 8 Financial Analysis (Completed by KI&A and City)
8.1 Coordination with KI&A --$ -$ -$ -$
8.2 Meet with the City and KI&A --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 9 Incorporate Elements from 2011 WSP (Completed by City)
9.1 Incorporate the 2011 WSP Chapter 5 --$ -$ -$ -$
9.2 Incorporate the 2011 WSP Chapter 8, update org chart and personnel --$ -$ -$ -$
9.3
Incorporate the 2011 Cross-Connection Control Program. Discuss current and future activities --$ -$ -$ -$
9.4 Incorporate the 2011 Watershed Control Program. Discuss current and future activities --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 10 Water Quality Monitoring Plan (Completed by City)
10.1 Incorporate 2011 WSP system description --$ -$ -$ -$
10.2 Document source monitoring requirements --$ -$ -$ -$
10.3 Document distribution monitoring requirements --$ -$ -$ -$
10.4 Update source monitoring table --$ -$ -$ -$
10.5 Update the 2011 WSP CMP table and figure --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 11 Water Use Efficiency Program (Completed by City)
11.1 Utilize 2011 WSP Background and Program Requirements --$ -$ -$ -$
11.2 Utilize 2011 WSP water supply characteristics --$ -$ -$ -$
11.3 Update WUE goals --$ -$ -$ -$
11.4 Update WUE measures --$ -$ -$ -$
11.5 Update WUE schedule and budget --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 12 Executive Summary (Completed by City)
12.1 Summarize the WSP update --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 13 Appendices (Completed by City)
13.1 Prepare SEPA --$ -$ -$ -$
13.2 Obtain agreements --$ -$ -$ -$
13.3 Obtain ordinances --$ -$ -$ -$
13.4 Include WFI --$ -$ -$ -$
13.5 Include Consumer Confidence Report --$ -$ -$ -$
13.6 Include construction standards --$ -$ -$ -$
13.7 Include other documents --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 14 Cover Development, Draft Plan Binding, and Printing (Completed by City)
14.1 Develop a cover --$ -$ -$ -$
14.2 Bind up to three (3) copies of the draft WSP --$ -$ -$ -$
14.3 Conference call with City staff --$ -$ -$ -$
14.4 Revise the WSP per City comments --$ -$ -$ -$
Subtotal --$ -$ -$ -$
Task 15 Final Plan Binding and Printing (Completed by City and RH2)
15.1 Bind the final plan and print up to six (6) sets (City)--$ -$ -$ -$
15.2 Create electronic version of WSP (RH2)8 851$ -$ 21$ 872$
15.3 Submit the WSP to adjacent water systems (City)--$ -$ -$ -$
15.4 Submit the WSP to DOH and the County (City)--$ -$ -$ -$
Subtotal 8 851$ -$ 21$ 872$
Total Comprehensive Water System Plan Update Tasks 303 45,672$ -$ 5,168$ 50,840$
Task 16 Management Reserve - 10% (Prior written authorization will be provided by the City)5,084$
Project Total 55,924$
J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_FEE_ARL WSP Update.xlsx 4/2/2014 4:03 PM
EXHIBIT C
SCHEDULE OF RATES AND CHARGES
2013 HOURLY RATES
CLASSIFICATION RATE CLASSIFICATION RATE
Professional IX $203.00 Technician IV $131.00
Professional VIII $203.00 Technician III $123.00
Professional VII $195.00 Technician II $92.00
Technician I $87.00
Professional VI $180.00
Professional V $172.00 Administrative V $122.00
Professional IV $162.00 Administrative IV $102.00
Administrative III $88.00
Professional III $151.00 Administrative II $73.00
Professional II $143.00 Administrative I $61.00
Professional I $131.00
In-house copies (each)8.5" X 11"$0.09 CAD Plots Large $25.00
In-house copies (each)8.5" X 14"$0.14 CAD Plots Full Size $10.00
In-house copies (each)11" X 17"$0.20 CAD Plots Half Size $2.50
In-house copies (color) (each)8.5" X 11"$0.90 CAD System Per Hour $27.50
In-house copies (color) (each)8.5" X 14"$1.20 GIS System Per Hour $27.50
In-house copies (color) (each)11 X 17"$2.00 Technology Charge 2.5% of Direct Labor
Mileage Current IRS Rate
accomplished shall be based on the hourly rates and expenses in effect at the time of billing as stated in this Exhibit.
Rates listed here are adjusted annually. The current schedule of rates and charges is used for billing purposes. Payment for work
RH2 Engineering, Inc.
Outside direct costs for permit fees, reports, maps, data, reprographics, couriers, postage, and non-mileage related travel expenses that are necessary for
the execution of the project and are not specifically identified elsewhere in the contract will be invoiced at cost.
All Subconsultant services are billed at cost plus 15%.
IN-HOUSE SERVICES
OUTSIDE SERVICES
CHANGES IN RATES
4/2/20144:00 PM J:\Data\ARL\S40\2014 WSP and GSP Update\PSA_FEE_ARL SSP Update.xlsx
City of Arlington
Council Agenda Bill
Item:
WS #9
Attachment
I
COUNCIL MEETING DATE:
April 14, 2014
SUBJECT:
Authority to bid Prairie Creek Drainage Improvement Project – Phase 2A
ATTACHMENTS:
DEPARTMENT OF ORIGIN
Public Works – Jim Kelly
EXPENDITURES REQUESTED: $ 800,000.00 (Engineer’s Estimate)
BUDGET CATEGORY: CERB Grant/Proviso/Stormwater Funds
LEGAL REVIEW:
DESCRIPTION:
Staff is requesting authority to advertise construction of the Prairie Creek Drainage
Improvements – Phase 2A project.
HISTORY:
Responding to issues surrounding Prairie Creek flooding the Jensen Business Park, the
City has constructed Phase 1 of the Prairie Creek Project and is ready to proceed with
Phase 2A. Construction of Phase 2 was originally planned to be completed in a single
construction season (summer 2014), however funding issues have forced the City to
construct Prairie Creek Phase 2 over a two year period. Phase 2A will be constructed in
2014 and Phase 2B will be constructed in 2015.
Staff is prepared to go out to bid in May for construction of Phase 2A.
ALTERNATIVES
- Remand to staff for additional information
- Table pending additional discussion
RECOMMENDED MOTION:
Workshop only, no action requested. At the April 21st Council Meeting, staff will
recommend Council grant authority to bid the Prairie Creek Drainage Improvement
Project, Phase 2A, pending final review by the City Attorney.
City of Arlington
Council Agenda Bill
Item:
WS #10
Attachment
J
COUNCIL MEETING DATE:
April 14, 2014
SUBJECT:
Professional Services Agreement (PSA) with Herrera Environmental
ATTACHMENTS:
- Draft PSA
- Exhibits (A – Draft Scope of Work and B – Grant Agreement)
DEPARTMENT OF ORIGIN
Public Works Stormwater
EXPENDITURES REQUESTED: N/A, this is funded by a no match grant
BUDGET CATEGORY: N/A, this is funded by a no match grant
LEGAL REVIEW:
DESCRIPTION:
The Public Works Department is requesting authority for the Mayor to sign a Professional
Service Agreement with Herrera Environmental to perform a Low Impact Drainage (LID)
design for Smokey Point Boulevard between 188th Ave NE and SR 530.
HISTORY:
The Washington State Department of Ecology awarded the City of Arlington a grant in the
amount of $120,000 to design LID retrofits for infrastructure lacking up to date stormwater
management systems. This funding is targeted to assist with the recovery of Puget Sound
and Stillaguamish River water quality. The city issued a request for proposals and received
proposals from four consulting firms. The City staff selection committee evaluated the four
proposals and selected Herrera Environmental as best suited to complete this project.
ALTERNATIVES
Discussion Item
RECOMMENDED MOTION:
No action – workshop only. At the next Council meeting staff will recommend: “I move to
approve the Professional Services Agreement with Herrera Environmental and authorize the
mayor to sign the agreement, pending final review by the City Attorney.”
PROFESSIONAL SERVICES
AGREEMENT 1
PROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT, is made and entered into in duplicate this____ day of April, 2014,
by and between the CITY OF ARLINGTON, a Washington municipal corporation, hereinafter
referred to as the "CITY" and Herrera Environmental Consultants, hereinafter referred to as the
"SERVICE PROVIDER."
RECITALS:
WHEREAS, the CITY desires to have certain services and/or tasks performed as set forth
below requiring specialized skills and other supportive capabilities; and
WHEREAS, sufficient CITY resources are not available to provide such services; and
WHEREAS, the SERVICE PROVIDER represents that the SERVICE PROVIDER is
qualified and possesses sufficient skills and the necessary capabilities, including technical and
professional expertise, where required, to perform the services and/or tasks set forth in this
Agreement.
NOW, THEREFORE, in consideration of the terms, conditions, covenants, and
performance contained herein, the parties hereto agree as follows:
1. Scope of Services.
The SERVICE PROVIDER shall perform such services and accomplish such tasks, including the
furnishing of all materials and equipment necessary for full performance thereof, as are identified
and designated as SERVICE PROVIDER responsibilities throughout this Agreement and as
detailed in Exhibit "A" attached hereto and incorporated herein (the "Project"). Work shall also
comply with all constraints, terms, and conditions as stipulated by the project funding agency,
the Washington State Department of Ecology, in Grant Agreement Number G1400224 attached
hereto and incorporated herein as Exhibit B.
2. Term.
The Project shall begin on the date that this agreement is fully executed and shall be completed
no later than January, 31 2015, unless sooner terminated according to the provisions herein.
3. Compensation And Method of Payment.
3.1 Payments for services provided hereunder shall be made following the
performance of such services, unless otherwise permitted by law and approved in
writing by the CITY.
Field Code Changed
PROFESSIONAL SERVICES
AGREEMENT 2
3.2 No payment shall be made for any service rendered by the SERVICE PROVIDER
except for services identified and set forth in this Agreement.
3.3 The CITY shall pay the SERVICE PROVIDER for work performed under this
Agreement as follows: SERVICE PROVIDER shall submit monthly invoices
detailing work performed and expenses for which reimbursement is sought.
CITY shall approve all invoices before payment is issued. Payment shall occur
within thirty (30) days of receipt and approval of an invoice.
3.4 City shall pay SERVICE PROVIDER for such services: (check one)
Hourly: $ __________ per hour, plus actual expenses, but not to exceed a
total of $___________ without an amendment to the contract.
Fixed Sum: A total amount of $120,000.00 in accordance with fees
included in Exhibit A .
Other:
for all work performed and expenses incurred under this Contract.
4. Reports And Inspections.
4.1 The SERVICE PROVIDER at such times and in such forms as the CITY may
require, shall furnish to the CITY such statements, records, reports, data, and
information as the CITY may request pertaining to matters covered by this
Agreement.
4.2 The SERVICE PROVIDER shall at any time during normal business hours and
as often as the CITY or State Auditor may deem necessary, make available for
examination all of its records and data with respect to all matters covered, directly
or indirectly, by this Agreement and shall permit the CITY or its designated
authorized representative to audit and inspect other data relating to all matters
covered by this Agreement. The CITY shall receive a copy of all audit reports
made by the agency or firm as to the SERVICE PROVIDER'S activities. The
CITY may, at its discretion, conduct an audit at its expense, using its own or
outside auditors, of the SERVICE PROVIDER'S activities which relate, directly
or indirectly, to this Agreement.
5. Independent Contractor Relationship.
5.1 The parties intend that an independent SERVICE PROVIDER/CITY relationship
will be created by this Agreement. The CITY is interested primarily in the results
to be achieved; subject to paragraphs herein, the implementation of services will
lie solely with the discretion of the SERVICE PROVIDER. No agent, employee,
servant or representative of the SERVICE PROVIDER shall be deemed to be an
employee, agent, servant or representative of the CITY for any purpose, and the
employees of the SERVICE PROVIDER are not entitled to any of the benefits the
CITY provides for its employees. The SERVICE PROVIDER will be solely and
entirely responsible for its acts and for the acts of its agents, employees, servants,
subcontractors or representatives during the performance of this Agreement.
5.2 In the performance of the services herein contemplated the SERVICE
PROVIDER is an independent contractor with the authority to control and direct
the performance of the details of the work, however, the results of the work
contemplated herein must meet the approval of the CITY and shall be subject to
the CITY'S general rights of inspection and review to secure the satisfactory
completion thereof.
6. Service Provider Employees/agents
The CITY may at its sole discretion require the SERVICE PROVIDER to remove any employee,
agent or servant from employment on this Project. The SERVICE PROVIDER may however
employ that (those) individual(s) on other non-CITY related projects.
7. Hold Harmless/Indemnification.
7.1 Consultant shall, indemnify and hold the City, its officers, officials, employees
and volunteers harmless from any and all claims, injuries, damages, losses or suits
including attorney fees, arising out of or resulting from the negligent acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the [sole] negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to
RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to
persons or damages to property caused by or resulting from the concurrent negligence of
the Consultant and the City, its officers, officials, employees, and volunteers, the
Consultant's liability, including the duty and cost to defend, hereunder shall be only to the
extent of the Consultant's negligence. It is further specifically and expressly understood
that the indemnification provided herein constitutes the Consultant's waiver of immunity
under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Agreement.
7.2 No liability shall attach to the CITY by reason of entering into this Agreement
except as expressly provided herein.
8. Insurance.
The SERVICE PROVIDER shall procure and maintain for the duration of the 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 SERVICE PROVIDER, its
agents, representatives, or employees.
8.1 Minimum Scope of Insurance. SERVICE PROVIDER shall obtain insurance of
the types described below:
a. Automobile Liability insurance covering all owned, non-owned,
hired and leased vehicles. 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. The City shall be named as an insured under the SERVICE
PROVIDER's Commercial General Liability insurance policy with respect
to the work performed for the City.
c. Workers' Compensation coverage as required by the Industrial
Insurance laws of the State of Washington.
d. Professional Liability insurance appropriate to the SERVICE
PROVIDER's profession.
8.2 Minimum Amounts of Insurance. SERVICE PROVIDER shall maintain the
following insurance limits:
a. Automobile Liability insurance with a minimum combined single
limit for bodily injury and property damage of $1,000,000 per accident.
b. Commercial General Liability insurance shall be written with
limits no less than $1,000,000 each occurrence, $2,000,000 general
aggregate.
c. Professional Liability insurance shall be written with limits no less
than $1,000,000 per claim and $1,000,000 policy aggregate limit.
8.3 Other Insurance Provisions. 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 SERVICE PROVIDER'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 SERVICE
PROVIDER's insurance and shall not contribute with it.
b. The SERVICE PROVIDER's insurance shall be endorsed to state
that coverage shall not be cancelled by either party, except after thirty (30)
days prior written notice by certified mail, return receipt requested, has
been given to the City.
8.4 Acceptability of Insurers. Insurance is to be placed with insurers with a current
A.M. Best rating of not less than A:VII.
8.5 Verification of Coverage. SERVICE PROVIDER shall furnish the City with
original certificates and a copy of the amendatory endorsements, including but not
necessarily limited to the additional insured endorsement, evidencing the
insurance requirements of the SERVICE PROVIDER before commencement of
the work.
9. Treatment of Assets.
Title to all property furnished by the CITY shall remain in the name of the CITY and the CITY
shall become the owner of the work product and other documents, if any, prepared by the
SERVICE PROVIDER pursuant to this Agreement.
10. Compliance with Laws.
10.1 The SERVICE PROVIDER, in the performance of this Agreement, shall comply
with all applicable federal, state or local laws and ordinances, including
regulations for licensing, certification and operation of facilities, programs and
accreditation, and licensing of individuals, and any other standards or criteria as
described in this Agreement to assure quality of services.
10.2 The SERVICE PROVIDER specifically agrees to pay any applicable business and
occupation (B & O) taxes which may be due on account of this Agreement.
11. Nondiscrimination.
11.1 The CITY is an equal opportunity employer.
11.2 Nondiscrimination in Employment. In the performance of this Agreement, the
SERVICE PROVIDER will not discriminate against any employee or applicant
for employment on the grounds of race, creed, color, national origin, sex, marital
status, age or the presence of any sensory, mental or physical handicap; provided
that the prohibition against discrimination in employment because of handicap
shall not apply if the particular disability prevents the proper performance of the
particular worker involved. The SERVICE PROVIDER shall ensure that
applicants are employed, and that employees are treated during employment
without discrimination because of their race, creed, color, national origin, sex,
marital status, age or the presence of any sensory, mental or physical handicap.
Such action shall include, but not be limited to: employment, upgrading, demotion
or transfers, recruitment or recruitment advertising, layoff or termination, rates of
pay or other forms of compensation, and programs for training including
apprenticeships. The SERVICE PROVIDER shall take such action with respect to
this Agreement as may be required to ensure full compliance with local, state and
federal laws prohibiting discrimination in employment.
11.3 Nondiscrimination in Services. The SERVICE PROVIDER will not discriminate
against any recipient of any services or benefits provided for in this Agreement on
the grounds of race, creed, color, national origin, sex, marital status, age or the
presence of any sensory, mental or physical handicap.
11.4 If any assignment and/or subcontracting has been authorized by the CITY, said
assignment or subcontract shall include appropriate safeguards against
discrimination. The SERVICE PROVIDER shall take such action as may be
required to ensure full compliance with the provisions in the immediately
preceding paragraphs herein.
12. Assignment/subcontracting.
12.1 The SERVICE PROVIDER shall not assign its performance under this
Agreement or any portion of this Agreement without the written consent of the
CITY, and it is further agreed that said consent must be sought in writing by the
SERVICE PROVIDER not less than thirty (30) days prior to the date of any
proposed assignment. The CITY reserves the right to reject without cause any
such assignment.
12.2 Any work or services assigned hereunder shall be subject to each provision of this
Agreement and proper bidding procedures where applicable as set forth in local,
state and/or federal statutes, ordinances and guidelines.
12.3 Any technical/professional service subcontract not listed in this Agreement, must
have express advance approval by the CITY.
13. Changes.
Either party may request changes to the scope of services and performance to be provided
hereunder, however, no change or addition to this Agreement shall be valid or binding upon
either party unless such change or addition be in writing and signed by both parties. Such
amendments shall be attached to and made part of this Agreement.
14. Maintenance and Inspection of Records.
14.1 The SERVICE PROVIDER shall maintain books, records and documents, which
sufficiently and properly reflect all direct and indirect costs related to the
performance of this Agreement and shall maintain such accounting procedures
and practices as may be necessary to assure proper accounting of all funds paid
pursuant to this Agreement. These records shall be subject at all reasonable times
to inspection, review, or audit, by the CITY, its authorized representative, the
State Auditor, or other governmental officials authorized by law to monitor this
Agreement.
14.2 The SERVICE PROVIDER shall retain all books, records, documents and other
material relevant to this agreement, for six (6) years after its expiration. The
SERVICE PROVIDER agrees that the CITY or its designee shall have full access
and right to examine any of said materials at all reasonable times during said
period.
15. Other Provisions.
If changes in state law necessitate that services hereunder be expanded, the parties shall negotiate
an appropriate amendment. If after thirty (30) days of negotiation, agreement can not be reached,
this Agreement may be terminated by the City no sooner than sixty (60) days thereafter.
16. Termination.
16.1 Termination for Convenience. The CITY may terminate this Agreement, in whole
or in part, at any time, by at least five (5) days written notice to the SERVICE
PROVIDER.
16.2 Termination for Cause. If the SERVICE PROVIDER fails to perform in the
manner called for in this Agreement, or if the SERVICE PROVIDER fails to
comply with any other provisions of the Agreement and fails to correct such
noncompliance within five (5) days written notice thereof, the CITY may
terminate this Agreement for cause. Termination shall be effected by serving a
notice of termination on the SERVICE PROVIDER setting forth the manner in
which the SERVICE PROVIDER is in default. The SERVICE PROVIDER will
only be paid for services performed in accordance with the manner of
performance set forth in this Agreement.
17. Notice.
Notice provided for in this Agreement shall be sent by certified mail to the addresses designated
for the parties on the last page of this Agreement.
18. Attorneys Fees and Costs.
If any legal proceeding is brought for the enforcement of this Agreement, or because of a
dispute, breach, default, or misrepresentation in connection with any of the provisions of this
Agreement, the prevailing party shall be entitled to recover from the other party, in addition to
any other relief to which such party may be entitled, reasonable attorney's fees and other costs
incurred in that action or proceeding.
19. Jurisdiction and Venue.
19.1 This Agreement has been and shall be construed as having been made and
delivered within the State of Washington, and it is agreed by each party hereto
that this Agreement shall be governed by laws of the State of Washington, both as
to interpretation and performance.
19.2 Any action of law, suit in equity, or judicial proceeding for the enforcement of
this Agreement or any provisions thereof, shall be instituted and maintained only
in any of the courts of competent jurisdiction in Snohomish County, Washi ngton.
20. Severability.
20.1 If, for any reason, any part, term or provision of this Agreement is held by a court
of the United States to be illegal, void or unenforceable, the validity of the
remaining provisions shall not be affected, and the rights and obligations of the
parties shall be construed and enforced as if the Agreement did not contain the
particular provision held to be invalid.
20.2 If it should appear that any provision hereof is in conflict with any statutory
provision of the State of Washington, said provision which may conflict therewith
shall be deemed inoperative and null and void insofar as it may be in conflict
therewith, and shall be deemed modified to conform to such statutory provisions.
21. Entire Agreement.
The parties agree that this Agreement is the complete expression of the terms hereto and any oral
representations or understandings not incorporated herein are excluded. Further, any
modification of this Agreement shall be in writing and signed by both parties. Failure to comply
with any of the provisions stated herein shall constitute material breach of contract and cause for
termination Both parties recognize time is of the essence in the performance of the provisions of
this Agreement. It is also agreed by the parties that the forgiveness of the nonperformance of any
provision of this Agreement does not constitute a waiver of the provisions of this Agreement.
IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed
the day and year first hereinabove written.
CITY: SERVICE PROVIDER:
CITY OF ARLINGTON HERRERA ENVIRONMENTAL
Barb Tolbert, Mayor Theresa M. Wood, Vice President
Attest:
Kristin Banfield, City Clerk
Scope of Work & General Approach
The following approach outlines the anticipated steps of the project based on our current understanding. We
expect that a process similar to this will meet the goals and requirements of this LID Planning and Design
project.
Task 1 - Project Management
The project team will schedule a kickoff meeting with the City to review project goals, grant requirements, and
the project schedule. We will manage the project with regular check-ins with City staff and communicate project
status with each monthly billing to ensure adherence to the project schedule and budget.
Deliverable: Monthly progress reports.
Task 2 Data Collection and Review
Task 2a - Background Data Review
The project team will review drawings, reports, plans, and other background information for the project area, as
available. This review will include the most recent draft of the Traffic Comprehensive Plan (that includes future
plans for the Smokey Point Boulevard corridor), documentation submitted for the Dwayne Lane dealership,
and any available water quality and flow data for Portage Creek and South Slough. We understand that the
configuration of Smokey Point Boulevard in the project area is currently in design and its proposed condition
will be presented to the design team in May 2014. We will discuss the project with City staff in order to collect
institutional knowledge regarding the project corridor and use our existing Geographic Information Systems
(GIS) stormwater system data to identify data gaps that require additional investigation.
Deliverables: Summary / inventory of stormwater system and other data reviewed.
Task 2b - Cultural Resources Review
It will be important to submit an EZ-1 form to the Department of Ecology as soon as the project starts because
a 30-day review period is required prior to ground disturbing activities. If a cultural resource review is required
by the Department of Historic Preservation, we have found it efficient (for both schedule and cost) to have the
archeologist on site during the initial geotechnical observations to conduct the cultural “test pits” in
coordination with the geotechnical work, and observe the excavation at the same time. Using this approach,
ground disturbance can occur prior to the end of the 30-day review period if necessary.
Deliverables: Completed form EZ-1.
Task 2c - Site Survey
Once the project limits are clear, the site survey needs can be defined and the survey can be initiated. We
expect an initial round of surveying to collect the typical surface features, topography, and utility locations to be
followed by a final round of surveying to identify the locations of infiltration tests, and other information
identified following review of the initial survey and development of the preliminary design concepts in Task 3.
We understand that any field work including surveying in the project area will be more challenging due to
higher than usual traffic volumes from the I-5 South bridge replacement project anticipated this summer.
Deliverables: Base map survey and additional survey pickups.
EXHIBIT A
City of Arlington: Scope of Work Smokey Point Boulevard LID Design
EXHIBIT A
page | 2
Task 2d - Geotechnical and Hydrogeology Assessment
The soils/infiltration and groundwater assessment will be key to the design of this project. We propose an
initial program of potholing in key locations throughout the project area. This potholing can be performed with
a City vactor truck or by a subcontractor to verify utilities and evaluate soil conditions without concern of
damage to utilities. Representative soil samples will be collected and grain size analysis run to determine initial
expected infiltration rates. Based on these results, and the initial design alternatives, a determination can be
made regarding the appropriate number and location of Pilot Scale Infiltration Tests (PIT) that are necessary, if
any. These tests can then be performed and final design infiltration rates can be determined. The project
hydrogeologist will also advise the team on the expected groundwater depth and variability if encountered. No
long term water table monitoring would be accomplished during the initial phase.
Deliverables: Geotechnical memorandum defining design infiltration rates and differentiating areas that are
more suitable for infiltration.
Task 2e – Initial Critical Areas and Flood Zone Review
The project ecologist will review the project area for critical areas and advise the design team as to the likely
extent of any critical areas and their required buffers by reviewing available mapped data and by field
reconnaissance. The design will be configured to avoid any critical area impacts if possible. Additionally the
extent and nature of any flood plain or flood way issues will be examined
Deliverables: Critical Areas and flood zone information for constraints and opportunities map analysis.
Task 3 – Preliminary Design
Task 3a - Opportunities and Constraints Analysis
Herrera will use the conceptual roadway and trail design plan and profile information from the City, as well as
knowledge gained from other data reviewed in Task 2 above to identify opportunities for stormwater
management within the planned built environment. To accomplish this, Herrera will work with the City in a
brief meeting to identify likely driveway locations, proposed utilities, transit stops, or and other constraints, such
as environmental resources, that will affect the design. These final constraints and opportunities will be used to
inform the layout of proposed stormwater facilities and LID practices. The site suitability criteria Herrera
developed for the Code Update and GIS Analysis project can be directly applied to determining feasibility of
different stormwater facility types along the Smokey Point Boulevard corridor.
Task 3b - Initial Stormwater Modeling
With a determination of the depth to groundwater and design infiltration rates, the proposed stormwater
facilities will be initially modeled and designed, and an understanding of the expected performance can be
developed. Any necessary groundwater mounding analyses will be performed at this point to ensure that
Ecology requirements for grant funding are met. We understand this task to address stormwater from the
proposed public road and trail.
Task 3c – Environmental Permits
Construction of the stormwater facilities may require a grading permit and any associated environmental
permits. The National Wetland Inventory does not indicate the presence of wetlands in the project area, and
wetland buffers (as defined by AMC 20.93.830) are not present based on the location of NWI mapped
wetlands. A critical areas permit may be required for work within 100 feet of Portage Creek, a Type F stream
regulated by the critical areas code (AMC 20.93), and Herrera will address anticipated permit conditions in the
design. While every effort will be made to avoid negative impacts to critical areas and buffers some impact may
be unavoidable. Where buffer or critical area impacts do occur project will be designed to be self-mitigating
where possible. In these cases environmental permits may be required. Herrera will support the SEPA process
with technical information as part of this task, as needed.
City of Arlington: Scope of Work Smokey Point Boulevard LID Design
EXHIBIT A
page | 3
Task 3d - Pre-Design Report
Using the results of the opportunities and constraints analysis, up to three preliminary design alternatives will
be developed in coordination with City staff including a preferred alternative. The Smokey Point Boulevard
Pre-Design Report will be developed per Ecology guidelines and presented to the City and Ecology for
review and comment. Herrera has helped 8 different Western Washington municipalities receive $2.6 million
in Ecology funding in the last three years. From this experience we know how to produce a successful grant
application and get the City the funds needed to make these projects a reality.
The pre-design report will include: Introduction
• Basin delineation (and basin map)
• Design alternatives and analysis
• Implementation recommendation
• Detailed cost estimate
• Proposed schedule
• Preliminary (30%) design set for the preferred alternative
• Hydrologic modeling memorandum
• Geotechnical memorandum (developed as part of Task 2)
Task 4 – Final Design (Plans, Specifications, and Estimates)
Task 4a - 60% Design
Any comments on the pre-design report will be incorporated and the design will be advanced to 60% and
submitted to the City for review and comment. The 60% design set is expected to include design drawings
(cover sheet and drawing index, existing conditions site plan, drainage plan and details, and temporary erosion
and sediment control (TESC) plan and details), construction specifications, and an engineer’s estimate of
construction cost.
Task 4b - 90% Design
Any comments on the 60% set will be incorporated and the design will be advanced to 90% and submitted to
the City and Ecology for review and comment. The 90% design set will include design drawings, construction
specifications, and an engineer’s estimate of probable construction cost.
City of Arlington
Council Agenda Bill
Item:
WS #11
Attachment
K
COUNCIL MEETING DATE:
April 14, 2014
SUBJECT:
Resolution authorizing Haller Grant Application submittal
ATTACHMENTS:
Washington Wildlife and Recreation Program (WWRP) Authorizing Resolution
DEPARTMENT OF ORIGIN
Public Works/Community and Economic Development Coordinated
EXPENDITURES REQUESTED: None
BUDGET CATEGORY:
LEGAL REVIEW:
DESCRIPTION:
The Recreation and Conservation Office (RCO) Washington Wildlife and Recreation
Grant Program requires that the City to provide an authorizing resolution with the
grant application.
HISTORY:
The City of Arlington staff is putting together a grant application to assist with the
construction of new bathrooms and a picnic shelter at Haller Park. The RCO requires
that the specific resolution language on the attached for be used for the authorization of
staff to submit the grant application due May 1, 2014. The City Council recently
adopted the Riverfront Master Plan 2014 that was also a requirement of the grant
process.
ALTERNATIVES
1. Move to authorize the Mayor to sign the authorizing resolution.
2. Do not move to authorize the Mayor to sign the resolution.
RECOMMENDED MOTION:
No action at the April 14th workshop. At the April 21st Council meeting the
recommended action will be: “I move to authorize the Mayor to sign the authorizing
resolution required by the Recreation and Conservation Office application process,
pending final approval by the City Attorney”.
1/30/12
You may reproduce this form in your own format; text however may not change. Ref. #2012 WWRP - D
Local Agency
Washington Wildlife and Recreation Program
Authorizing Resolution
Development Type Projects
Organization Name Resolution No._________________________________
Project Name(s)
This is a resolution that authorizes submitting application(s) for grant funding assistance for Washington Wildlife and Recreation
Program project(s) to the Recreation and Conservation Office as provided in Chapter 79A.15 RCW, Acquisition of habitat
conservation and outdoor recreation lands, WAC 286 and subsequent Legislative action.
WHEREAS, our organization has approved a comprehensive parks and recreation plan or habitat conservation plan that
includes this project; and
WHEREAS, under the provisions of the Washington Wildlife and Recreation Program (WWRP), state grant assistance is requested
to aid in financing the cost of facility development; and
WHEREAS, our organization considers it in the best public interest to complete the project described in the application(s);
NOW, THEREFORE, BE IT RESOLVED that:
1. The ___________________________ [insert MAYOR, DIRECTOR, ETC ] is authorized to make formal application to the Recreation
and Conservation Office for grant assistance;
2. Any grant assistance received will be used for direct costs associated with implementation of the project referenced above;
3. Our organization hereby certifies that our matching share of project funding will be derived from _________________ [insert
anticipated source(s) of applicant matching share] and that we are responsible for supporting all non-cash commitments to this
project should they not materialize.
4. We acknowledge that the grant assistance, if approved, will be paid on a reimbursement basis, meaning we will only request
payment from the Recreation and Conservation Office after eligible and allowable costs have been incurred and payment remitted
to our vendors, and that the Recreation and Conservation Office will hold retainage until the project is deemed complete.
5. We acknowledge that any facility developed through grant assistance from the Recreation and Conservation Funding Board must
be reasonably maintained and made available to the general public at reasonable hours and times of the year according to the
type of area or facility unless other restrictions have been agreed to by the Recreation and Conservation Office Director or the
Recreation and Conservation Funding Board.
6. We acknowledge that any facility developed with grant assistance from the Recreation and Conservation Funding Board must be
dedicated for public outdoor recreation purposes, and be retained and maintained for such use for perpetuity unless otherwise
provided and agreed to by our organization and the Recreation and Conservation Funding Board.
7. This resolution becomes part of a formal application to the Recreation and Conservation Office for grant assistance; and
8. We provided appropriate opportunity for public comment on this application.
This resolution was adopted by our organization during the meeting held:
Location Date
Signed and approved by the following authorized representative:
Signed
Title Date
Attest:
Approved as to form ______________________________________________________________________________________________