Loading...
HomeMy WebLinkAbout12-08-08 Council Workshop Arlington City Council Workshop December 8, 2008 City Council Chambers ~ 7 PM 110 E. Third CALL TO ORDER / PLEDGE OF ALLEGIANCE/ROLL CALL APPROVAL OF THE AGENDA WORKSHOP ITEMS ~ NO ACTION WILL BE TAKEN 1. Graafstra Center Family Food Project – Tasha Branch Presentation 2. Resolution 779, authorizing the Surplus of 5 Acre Parcel located ATTACHMENT A at 74th and 197th (Fire Station) 3. NAHB Construction Forecast Presentation 4. Approval of Interlocal Agreement and Utility Easement ATTACHMENT B for City of Marysville Fiber Project 5. Kennedy/Jenks Consultants Construction Management Proposal ATTACHMENT C for WWTP Upgrade and Expansion 6. Katy Isaksen & Associates Task Order #6 ATTACHMENT D for Storm Comp Plan Financial Analysis ADJOURNMENT SPECIAL ACCOMMODATIONS: The City of Arlington strives to provide accessible meetings for people with disabilities. Please contact the ADA coordinator at (360) 403-3441 or 1-800-833-8388 (TDD only) prior to the meeting date if special accommodations are required. City of Arlington Council Agenda Bill AGENDA ITEM: ATTACHMENT A COUNCIL MEETING DATE: December 8, 2008 SUBJECT: Resolution No. 779, Declaring surplus and authorizing the sale of property on 74th Ave NE (5 acre fire property) DEPARTMENT OF ORIGIN: Executive / Capital Projects Contact: Paul Ellis, 360-403-4603 ATTACHMENTS: Resolution No. 779 EXPENDITURES REQUESTED: -0- BUDGET CATEGORY: N/A LEGAL REVIEW: City Attorney approved DESCRIPTION: Resolution 779 declares the 5 acre fire property on 74th Ave NE to be surplus and authorizes staff to negotiate the private sale of the property for the minimum appraised value of $750,000.00 The resolution also provides for the dedication of right of way for the future connection of 74th Ave and access to property to the east. The proceeds of the sale would be used to supplement the funding of Fire facility improvements currently being planned. HISTORY: The five acres of property located south of the Haggen store was purchased in 2001 to be used for a proposed fire station. Subsequent evaluations have suggested that the fire station would be more efficiently located in another area of the city. The property is not currently being utilized. In October 2008 the property was appraised by Gary Meier SRA and valued at $750,000. COMMITTEE REVIEW AND ACTION: Reviewed at the July 28, 2008 Workshop. ALTERNATIVES: RECOMMENDED ACTION: No action at this time. Council will be requested to approve the Resolution at the December 15, 2008. RESOLUTION NO. 779 1 RESOLUTION NO. 779 A RESOLUTION DECLARING CERTAIN PROPERTY AS SURPLUS AND AUTHORIZING ITS SALE WHEREAS, certain property located at approximately 197xx – 74th Avenue NE was previously purchased by the City of Arlington; and WHEREAS, the City purchased the property for potential use as a fire station site, but subsequent evaluation of system needs suggests a fire station would be more efficiently located elsewhere in the City; and WHEREAS, the City Council caused the property to be appraised by Gary Meier, SRA; NOW, THEREFORE, the City Council of the City of Arlington Washington do hereby resolve as follows: 1. The City Council finds the property legally described on the attached Exhibit “A” to be surplus to its needs. 2. Pursuant to AMC 3.70.020, the attached property may be sold pursuant to private sale and the City staff is directed and authorized to negotiate the terms of same. The property shall be offered for sale at a minimum price of the appraised value of $750,000.00. The sale shall be negotiated without a listing agent, and shall reserve, as necessary, the dedication of right of way for 74th Avenue NE and 196th Street. APPROVED by the Mayor and City Council of the City of Arlington this ______ day of ______________, 200__. CITY OF ARLINGTON ____________________________________ Margaret Larson, Mayor RESOLUTION NO. 779 2 ATTEST: _________________________________ Kathy Peterson, City Clerk APPROVED AS TO FORM: __________________________________ Steven J. Peiffle, City Attorney City of Arlington Council Agenda Bill AGENDA ITEM: ATTACHMENT B COUNCIL MEETING DATE: December 8, 2008 SUBJECT: Approval of Interlocal Agreement and Utility Easement for City of Marysville Fiber Project DEPARTMENT OF ORIGIN: CONTACT: Information Services Bryan Terry, Information Services Manager, 403-4610 ATTACHMENTS: 1. Interlocal Agreement 2. Fiber Easement 3. Drawing of proposed area. EXPENDITURES REQUESTED: N/A BUDGET CATEGORY: N/A LEGAL REVIEW: City Attorney has reviewed the proposed contract DESCRIPTION: The City of Marysville has requested an easement to install fiber conduit from the corner of SR 531 and 43rd Ave NE to the Stillaguamish filtration plant located at 17906 43rd Ave NE. The City of Marysville has also requested the use of fiber conduit that was recently bored under 172nd street. The interlocal agreement allows use of this pathway in exchange for the right of use of the conduit that they will be installing on 43rd Ave. NE. HISTORY: This is the City’s first interlocal for installation and use of fiber conduit with another agency. It is likely that the City could enter into more of these types of agreements as fiber installations by the Arlington School District and Cascade Valley Hospital increase. ALTERNATIVES: 1. Table for additional review 2. Do nothing RECOMMENDED ACTION: No action is requested at this time.   AFTER RECORDING RETURN TO: City of Marysville 1049 State Street Marysville, WA 98270 INTERLOCAL AGREEMENT FOR SMOKEY POINT FIBER NETWORK Between the City of Arlington And The City of Marysville This INTERLOCAL AGREEMENT is made and entered into by and between the CITY OF MARYSVILLE ("Marysville"), and the CITY OF ARLINGTON ("Arlington") both Municipal Corporations. NOW, THEREFORE, in consideration of the mutual covenants, conditions and promises contained herein, Marysville and Arlington mutually agree as follows: 1. PURPOSE / GOALS / OBJECTIVES. A. Main Purpose. 1. Fiber network connectivity from the City of Marysville to the Stillaguamish water filtration plant. 2. Future fiber network connectivity between the City of Arlington Fire Department and the Marysville Fire District. B. Operational Objectives 1. Easement for underground conduit from the City of Arlington’s traffic vault on the NE corner of 172nd and 43rd to the Stillaguamish water filtration plant via existing ROW on Arlington Airport property. 2. The right for Black Rock Cable Inc. to use one pathway in the City of Arlington owned conduit from the South side of 172nd to the traffic vault on the NE corner of 172nd and 43rd. INTERLOCAL GREEMENT MOKEY OINT IBER ONNECTION AGE g/mv/ILA.MV AR Smoky Point Fiber Connection   A S P F C - P 1 of 5 3. The right for the City of Arlington to use one pathway in the conduit from the City of Arlington’s traffic vault on the NE corner of 172nd and 43rd to any of the City of Marysville installed pull vaults on Arlington Airport property. 4. A shared vault on fire station property for use by the City of Arlington to connect conduit and Black Rock Cable Inc. fiber to the new Smokey Point fire station. 2. ROLES AND RESPONSIBILITIES OF THE PARTIES. A. Costs. 1. The City of Marysville will be responsible for all costs associated with installing and maintaining conduit and vaults between the City of Arlington’s traffic vault on the NE corner of 172nd and 43rd and the Stillaguamish water filtration plant 2. The City of Arlington will be responsible for all costs associated with installing and maintaining the conduit from the South side of 172nd to and including the City of Arlington’s traffic vault on the NE corner of 172nd and 43rd. 3. The City of Marysville will be responsible for all costs for Black Rock Cable Inc. to pull fiber through the City of Arlington and City of Marysville conduits starting on the South side of 172nd and terminating at the Stillaguamish water filtration plant. B. Build Out. 1. The City of Arlington will provide placement information for the shared vault and conduit paths on fire station property. 2. The City of Arlington will provide conduit from the South side of 172nd to and including a vault at the NE corner of 172nd and 43rd for use by the City of Arlington’s traffic department and Black Rock Cable Inc. 3 The City of Marysville will install conduit and necessary vaults from the City of Arlington’s traffic vault on the NE corner of 172nd and 43rd to the Stillaguamish water filtration plant. 4. The City of Marysville will install one utility pole directly north of the Stillaguamish water filtration plant in Arlington Airport ROW for the final aerial connection into the building. 5. The City of Marysville will restore disturbed areas to conditions similar or better then existing and will place all vaults flush to the ground to minimize hazards. INTERLOCAL GREEMENT MOKEY OINT IBER ONNECTION AGE g/mv/ILA.MV AR Smoky Point Fiber Connection   A S P F C - P 2 of 5 3. PARTIES / POINTS OF CONTACT. City of Arlington Paul Ellis, Assistant to the City Administrator for Special Projects pellis@ci.arlington.wa.us Rob Putnam, Airport Manager rputnam@ci.arlington.wa.us Bryan Terry, Information Services Manager bterry@ci.arlington.wa.us City of Marysville Ryan Morison, Project Engineer rmorrison@marysvillewa.gov Worth Norton, Information Services Manager wnorton@marysvillewa.gov Chris Brown, Network Administrator chris.brown@marysvillewa.gov 4. No separate legal or administrative entity is intended to be created pursuant to this Agreement. No obligation, except as stated herein, shall be created between the parties or between the parties and any applicable bidder or contractor. 5. DURATION AND NOTICE: This Agreement shall continue in force from _________________ to _________________ and shall automatically renew for one year periods of time until canceled by either party, which cancellation may be effected upon receipt by one of the parties of the _________ days written notice of cancellation of the other party. Written Notice will be sent to the following addresses City of Marysville. ________________ ________________ ________________ City of Arlington. _________________ _________________ _________________ INTERLOCAL GREEMENT MOKEY OINT IBER ONNECTION AGE g/mv/ILA.MV AR Smoky Point Fiber Connection   A S P F C - P 3 of 5 6. SEVERABILITY. In the event any provisions of this Agreement shall be determined to be unenforceable or otherwise invalid for any reason, such provisions shall be enforced and valid to the extent permitted by law. All provisions of this Agreement are severable and the unenforceability or invalidity of a single provision herein shall not effect the remaining provisions. 7. GOVERNING LAW AND VENUE. This Agreement shall be governed by the laws of the State of Washington and venue for any lawsuit shall be in the Snohomish County Superior Court. 8. ATTORNEY'S FEES. In the event it is necessary for either party to utilize the services of an attorney to enforce any of the terms or this Agreement, such enforcing party shall be entitled to compensation for its reasonable attorney's fees and costs. In the event of litigation regarding any terms of this Agreement, the substantially prevailing party shall be entitled, in addition to other relief, to such reasonable attorney's fees and costs as determined by the Court. 9. SAVINGS CLAUSE. Nothing in this Agreement shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provisions of this Agreement and any statute, law, public regulation or ordinance, the latter shall prevail, but in such event, the provisions of this Agreement affected shall be curtailed and limited only the extent necessary to bring it within legal requirements. 10. FILING. This Agreement shall be filed with the Snohomish County Auditor's Office pursuant to RCW 39.34.040. 11. AUTHORITY TO SIGN. The undersigned certify that they are authorized to sign this Agreement on behalf of the City of Arlington and the City of Marysville and acknowledge and accept the terms and conditions herein and attached hereto. 12. EFFECTIVE DATE. ______________________, 2008 IN WITNESS WHEREOF, the parties have hereunto set their hands CITY OF ARLINGTON CITY OF MARYSVILLE By_____________________________ By_______________________________ MARGARET LARSON, Mayor DENNIS KENDALL, Mayor DATE:__________________________ DATE:__________________________ INTERLOCAL GREEMENT MOKEY OINT IBER ONNECTION AGE g/mv/ILA.MV AR Smoky Point Fiber Connection   A S P F C - P 4 of 5 INTERLOCAL AGREEMENT SMOKEY POINT FIBER CONNECTION - PAGE 5 of 5 g/mv/ILA.MV AR Smoky Point Fiber Connection   APPROVED as to form: APPROVED as to form: __________________________ ________________________________ STEVEN J. PEIFFLE, City Attorney GRANT K. WEED, City Attorney Easement - 1 g/mv/M-08-135/Fiber Network Easement AFTER RECORDING RETURN TO: City of Marysville 1049 State Avenue Marysville, WA 98270 CITY OF MARYSVILLE CONDUIT / UTILITY EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT Grantor: CITY OF ARLINGTON Grantee: CITY OF MARYSVILLE Legal Description: 21-31-5 and NW ¼ 22-31-5, Snohomish Cty, WA Add'l on P. 4-6 Tax Parcel No. 310521-004-001-00, 004482-000-001-00 and 310521-002-020-00 THIS INDENTURE made this _____ day of _______________, 2008, between THE CITY OF ARLINGTON, a municipal corporation, hereinafter referred to as "Grantor;" and the CITY OF MARYSVILLE, a municipal corporation of the State of Washington, hereinafter referred to as "Grantee:" WITNESSETH: WHEREAS, Grantor is the owner of certain lands and premises situated in the County of Snohomish, State of Washington, described as follows: See EXHIBIT A attached hereto and, WHEREAS, Grantee is desirous of acquiring certain rights and privileges over, under, through, across, in and upon said lands and premises; NOW, THEREFORE, Grantor, for valuable consideration, the adequacy and receipt of which is hereby acknowledged, hereby conveys and grants to the Grantee, its successors and assigns and its contractors, agents, permittees, licensees, and franchisees, the perpetual right, privilege and authority to construct, alter, improve, repair, operate and maintain a Fiber network or networks and appurtenances including but not limited to cable, conduit, conductors, poles and vaults, over, under, through, across, in and upon the following described lands and premises situated in the County of Snohomish, State of Washington, to-wit: Easement - 2 g/mv/M-08-135/Fiber Network Easement See EXHIBIT B attached hereto TOGETHER WITH the right of ingress to and egress from said lands across adjacent lands of the Grantor, for the purpose of constructing, reconstructing, repairing, renewing, altering, changing, patrolling and operating said Fiber network, and the right at any time to remove said Fiber network and appurtenances from said lands. AND TOGETHER WITH a temporary construction easement over, under, through, across, in and upon the property described in EXHIBIT C attached hereto, for ingress and egress and for any and all purposes incidental to the construction of the Fiber network including but not limited to underground conduit and the installation of cable, conduit, conductors, poles and vaults, including but not limited to blending new improvements to adjacent property contours and existing topographical features, and/or post-construction restoration of said property. The term of this temporary construction easement shall run until the above described work has been completed and shall expire automatically. The Grantor reserves the right to use the surface of the above-described easement in the manner now existing, but shall not erect any buildings, structures, patios, or other construction of any nature on said easement. This conveyance is conditioned upon the Grantee's obligation to replace any fences, lawn, shrubbery or land contours that are disturbed in connection with the exercise of the Grantee's rights hereunder, in as good condition as the same were immediately before the property was entered by the Grantee. The rights, title, privileges and authority hereby granted shall continue to be in force until such time as the Grantee, its successors or assigns, shall permanently remove said conduit and appurtenances from said lands, or shall otherwise permanently abandon said conduit, at which time all such rights, title, privileges and authority hereby granted shall terminate. The Grantor also covenants to and with the Grantee that Grantor is lawfully seized and possessed of the land aforesaid; has a good and lawful right and power to sell and convey same; that same is free and clear of encumbrances; and that Grantor will forever warrant and defend the title to said easement and the quiet possession thereof against the lawful claims and demands of all persons whomsoever. This conveyance shall be a covenant running with the land, and shall be binding on the Grantor and its heirs, successors and assigns forever. IN WITNESS WHEREOF, this instrument has been executed the day and year first above written. GRANTOR: CITY OF ARLINGTON By: _________________________________ MARGARET LARSON, MAYOR Easement - 3 g/mv/M-08-135/Fiber Network Easement STATE OF WASHINGTON ) )ss. COUNTY OF SNOHOMISH ) I certify that I know or have satisfactory evidence that MARGARET LARSEN is the person who appeared before me, and said person acknowledged that she signed this instrument, on oath stated that she was authorized to execute the instrument and acknowledged it as the MAYOR of CITY OF ARLINGTON to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. DATED this _____ day of ______________________, 2008. _____________________________________ _____________________________________ (Legibly print name of notary) NOTARY PUBLIC in and for the State of Washington, residing at ________________ My commission expires ________________ Easement - 4 g/mv/M-08-135/Fiber Network Easement EXHIBIT “A” The Southeast Quarter of Section 21, Township 31 North, Range 5 East, W.M., except the south 50 feet for road; Together with Lots 1 through 36 of the plat of Five Acre Turkey Farms as recorded in Volume 11 of Plats, Page 57, Records of Snohomish County, Washington; And together with the East ¾ of the Northwest Quarter of said Section 21, less County road. Easement - 5 g/mv/M-08-135/Fiber Network Easement EXHIBIT “B” The East 5.00 feet of the West 35.00 feet of the Southwest Quarter of the Southeast Quarter of Section 21, Township 31 North, Range 5 East, W.M., except the south 50.00 feet; Together with the East 5.00 feet of the West 35.00 feet of the Northwest Quarter of said Southeast Quarter; Together with the West 35.00 feet of the South 5.00 feet of Lot 8 of the plat of Five Acre Turkey Farms as recorded in Volume 11 of Plats, Page 57, Records of Snohomish County, Washington; Together with the South 5.00 feet of the East 445.00 feet of the East ¾ of the Northwest Quarter of said Section 21. Easement - 6 g/mv/M-08-135/Fiber Network Easement EXHIBIT “C” The East 5.00 feet of the West 40.00 feet of the Southwest Quarter of the Southeast Quarter of Section 21, Township 31 North, Range 5 East, W.M. except the south 50.00 feet; Together with the East 5.00 feet of the West 40.00 feet of the Northwest Quarter of said Southeast Quarter; Together with the East 5.00 feet of the West 40.00 feet of the South 5.00 feet of Lot 8 of the plat of Five Acre Turkey Farms as recorded in Volume 11 of Plats, Page 57, Records of Snohomish County, Washington; Together with the North 5.00 feet of the South 10.00 feet of the West 40.00 feet of said plat of Five Acre Turkey Farms; Together with the North 5.00 feet of the South 10.00 feet of the East 445.00 feet of the East ¾ of the Northwest Quarter of said Section 21.  AHLINGTON AIRPORT 2·020 ARLINGTON AIRPORT f-­ 10 11 PLAT qF, 12 FIVE \ \ I ACRl ! 13 TURKEY 14 (4482) -~,,- 00 4-001 g~ 03 ARLINGTON i AIRPORT 8 '. VAVL-r 3·039 3-011 f i p-010 I f. I ..',.....:,...... ~ .• ,~> ..."''''... ,.... ~>..,.1 .. ;t ....~· ... :..·f'." ..~N ! ~ 3-009 { 3·040 3-012 ,.....~ .............'... '.""...,.,.·.,I... 't.ii-h'...... "hl.&-".... -rl ............... ·~:t-.....,y",.;;;..;.w .,. ~ :1; \ 3-013 t 3-004 ~ :. ~ ,,'+.,.~ .....f,........,1"'~ l>tl~H.,I.. rlt:!:·t ....~I·:t·"'... ;·tll.. ,.H.'I. ~ 3·003 , 3-006 r"';:~~5"''''': SP MN-O 1-0 11·FSP .....i... ' . ! I I .... .i.,. _.. -i-.... ':. +•• ,.~r ~:-.'r~~:"'.;" .., >'~'~ 3-056 r"'3:''ti311 3.~...1 2 ~ 1 SP 297, (9-86)""---l--"'~~~;..2!l.!--''--~~,L,..l;.--J,~ .., .. ,., ........T.' 1··'·r,.':~:~J·· ....,.. ·'I~ f ~ ! 3·036 ~ a: o 15 ±'~~~ lb 14 (,")'--_-*,-_..1 P, RK\ PIV i N{J W····.{n 45 • 25 f 24 \: 23 ' 221 21 { 20··~··...19 t 18 ~ ,,' i ..\ .... } 3-032 3-063 'r......, .......... '.~ ...... , ~ 3-046 t ~ ·+ ..·••·...··'r....'·".. 1 t t ~ ! ~f ~i I'lj'i ~nj'i ~ l ~ 3-043 CONNG'"r TI,'J C'!-~'$."'r!lV (~ 7-R A r FJ G \fAvt,.,.. City of Arlington Council Agenda Bill AGENDA ITEM: ATTACHMENT C COUNCIL WORKSHOP DATE: December 8, 2008 SUBJECT: Kennedy/Jenks Consultants Construction Management Proposal – WWTP Upgrade and Expansion DEPARTMENT OF ORIGIN: Public Works – Utilities Division James Kelly ATTACHMENTS: • Construction Management Proposal EXPENDITURES REQUESTED: $1,519,400.00 BUDGET CATEGORY: WWTP Expansion Improvement Fund 408 LEGAL REVIEW: Pending Review by City Attorney DESCRIPTION – A proposal, Amendment 6, from Kennedy-Jenks Consultants for Construction Management services, this work will be performed in accordance with the terms and conditions contained in their master service agreement. HISTORY: – The City has been working with its consultant, Kennedy-Jenks, since 2005 on performing the necessary engineering studies and design work to upgrade and expand the WWTP. Now, with approved designs in hand, the City is ready to begin construction and will utilize the experience and skill of Kennedy to provide the necessary Construction management services. This proposal will provide one full time on-site Construction Manager for 24 months; this includes the scheduled 21 month construction period and 3 month project close-out. Dick Warren has been assisting the City with these negotiations since August ’08 and was able to negotiate a fees reduction of over $500,000.00. ALTERNATIVES: Decline the proposal and solicit other firms. RECOMMENDED ACTION: No action is being requested at this time. City of Arlington and Kennedy/Jenks Consultants, Inc. Agreement Exhibit 1G – DRAFT Amendment No. 6: Scope of Services and Schedule Q:\Projects\2005\0597002.02 Arlington Final Design\Project Management\Amendments\Amendment 6\CM Contract Scope.doc 1 Project Understanding Amendment No. 6 expands the Scope of Services described in the Agreement dated 21 March 2005 to include professional services for engineering support/construction management during Phase 1 construction and post- construction services. Scope of Services The Scope of Services for Amendment No. 6 consists of the following work: 1) Engineering Support/Construction Management Services for the Phase 1 construction period that is anticipated during 2009 and 2010 and 2) post- construction services. The engineering services to be performed during the construction period are in accordance with the current work sequence and preliminary construction schedule for Phase 1, attached with this Scope of Services. The estimated construction duration is approximately 25 months from Notice to Proceed through Construction Closeout. Post- construction services would extend beyond the 25 month period. Office support will be provided by the design team members during this period, including contract administration, as well as the review of Requests for Information (RFIs), submittals/shop drawings, and preparation of Requests for Quotation, Clarifications, and Change Orders. Construction oversight includes the time for one field engineer over a 24-month (103-week) duration. Post construction services to be provided include startup and commissioning, operational training and troubleshooting, and preparation of record documents and electronic Operations Manual. Phase 5 – Engineering Support/Construction Management Services Task 5.01 – Construction Period Services A) Pre-construction conference: Kennedy/Jenks will conduct a pre-construction conference to include the City, field engineer, Project Manager, Design Engineer, Construction Services Quality Manager, cultural resources specialist, Contractor’s project manager and superintendent, major subcontractors, major suppliers, and other parties, as appropriate. Kennedy/Jenks will prepare an agenda and meeting minutes. A 6-hour meeting is assumed, with four persons from Kennedy/Jenks attending. B) Conformed documents: Kennedy/Jenks will prepare conformed construction documents based on addenda and clarifications. Conformed documents will be prepared by hand marking the Issue for Bid Plans and Specifications. Ten sets of documents will be prepared, two for distribution to the City. C) Quality Assurance/Quality Control (QA/QC) Plan and Hazard Appraisal and Recognition Plan (HARP): Kennedy/Jenks will prepare a QA/QC Plan for use by the City and Kennedy/Jenks and a HARP for use by Kennedy/Jenks field personnel. D) Requests for information (RFIs), shop drawings, and submittals: Kennedy/Jenks will respond to Contractor’s RFIs and will review and return shop drawings and submittals to the Contractor. The budget assumes a total of 200 submittals (including resubmittals) and 300 RFIs (including follow-up responses) for the Phase 1 WWTP Upgrade and Expansion construction project. It is assumed that the shop drawing re-submittal rate will be about 25% of the total number of shop drawings. City of Arlington will generate and maintain logs of RFIs and shop drawings/submittals using appropriate numbering systems, such as the Contractor’s submittal number and the specification section. Kennedy/Jenks will furnish an example document to the City for each required log to assist in its creation. The City-maintained logs will track the number of days taken to review or respond to each shop drawing/submittal and RFI and the action that was taken. E) Requests for Quotation, Interpretations and Minor Changes, and Change Orders: Kennedy/Jenks will prepare Requests for Quotation (RFQs) in accordance with the construction contract documents when changes to the work are being considered. Kennedy/Jenks will issue interpretations and minor changes for City of Arlington and Kennedy/Jenks Consultants, Inc. Agreement Exhibit 1G – DRAFT Amendment No. 6: Scope of Services and Schedule Q:\Projects\2005\0597002.02 Arlington Final Design\Project Management\Amendments\Amendment 6\CM Contract Scope.doc 2 items having no impact on the contract price; the contract time; the means, method, techniques, or sequence of work; or safety with respect to the contractor’s operations. When changes in the price or time for the work are agreed upon between the Contractor and City, Kennedy/Jenks will prepare change orders. Logs of RFQs, interpretations, and change orders will be generated and maintained by City of Arlington staff, including the number of days since action has been taken. The budget assumes a total of 15 change orders, 60 interpretations and 40 RFQs for the Phase 1 WWTP Upgrade and Expansion construction project. F) Contract administration: Kennedy/Jenks will assist the City to administer the construction contract providing technical support for the City’s decisions and other requested administrative, technical, and information support. The Project Manager will manage the subconsultants and coordinate their efforts on shop drawing review and changes, as appropriate. The Project Manager will provide input for responses to RFIs, interpretations, RFQs, change orders and other construction documentation. The Project Manager will assist the field engineer in evaluating and responding to Contractor’s requests for substitutions and notices of potential changes. G) Construction oversight: Kennedy/Jenks will provide one full-time field engineer during construction of the WWTP improvements. The field engineer will be located at the construction site on a full-time basis. The field engineer will be responsible for the day-to-day coordination of construction support activities, including observation that the work is being completed in conformance with the plans and specifications. The field engineer will assess compliance with the contract documents through quality control measurements, review of progress payment applications, and attend progress meetings. The field engineer will monitor the Contractor’s work progress and compare it to the approved baseline schedule. This task will also include: · Providing direction to the City personnel assigned for construction observation and recording. · Preparing daily reports supplemented by photographs of the Contractor's actual progress. Daily reports will include a record of Contractor hours, personnel and equipment on the job site; weather conditions; data relative to work directive changes, change orders, or changed conditions; daily activities; decisions; observations in general; and specific observations in more detail, as in the case of observing test procedures. Work performed by the Contractor on a cost accounting basis will be tracked to include the number of personnel by craft along with the equipment in use. The field engineer will also furnish to the City a weekly synopsis of the progress of the work. · Preparing a monthly summary including: original contract amount, total number of change orders, total dollar value of all change orders, current total contract cost, total progress payment requests to date, percent of contract complete on a dollar basis, total number of days of the contract, total number of days added by change order, current total number of days of contract, and percent of contract time elapsed. Each monthly report will also include a narrative covering the work completed during the previous month, the work expected to be completed during the following month, the status of all pending claims, and an evaluation of the Contractor's performance. In addition, the monthly report will also indicate the percentage completion for each activity as indicated on the Contractor’s schedule, a comparison of the actual construction dates with scheduled completion dates, a discussion of the Contractor’s plans to recover any schedule delays, and a discussion of why the schedule cannot be met if the Contractor is unable to mitigate work currently behind schedule. · Review the Contractor’s baseline schedule and monthly updates for conformance to the Contract Documents. Report deviations from the submitted schedules to the City. · Based on construction observation provided by the City, supplemented by field engineer’s observations, reporting work that is unsatisfactory, faulty or defective, or that does not conform to the Contract Documents, or that has been damaged, or does not meet the requirements of observations, tests or approvals required. · Instructing the Contractor to correct or replace, or uncover for observation or testing, work that does not meet the requirements of the Contract Documents. City of Arlington and Kennedy/Jenks Consultants, Inc. Agreement Exhibit 1G – DRAFT Amendment No. 6: Scope of Services and Schedule Q:\Projects\2005\0597002.02 Arlington Final Design\Project Management\Amendments\Amendment 6\CM Contract Scope.doc 3 · Checking that tests, equipment and system startups are scheduled and conducted in the presence of appropriate personnel and that the Contractor maintains appropriate records thereof, and observe, record and report appropriate details relative to the test procedures and startups. · Assist City of Arlington staff in monitoring collection of soil samples, casting of concrete cylinders, observation of in situ soil testing, other materials sample collection (as required) and reviewing testing results. · Assist City of Arlington staff in monitoring the survey of structure corner locations prior to major concrete pours. · Consult with the City and WWTP staff in advance of scheduled major tests, observations or start of important phases of the work, or interruption of services. · Report to the City upon the observation or notification of the occurrence of any job site accident. · Providing direction to City of Arlington staff for the chronicling of digital photographic documentation of existing conditions and construction progress. A file maintained by City staff will have photographs taken by the City staff construction observer or field engineer and include the date, description, and number recorded. Daily reports filed by the field engineer will record the numbers of any photos taken. Digital photographs will be copied onto appropriate media for filing, and the City will furnish Kennedy/Jenks with one complete electronic file at the completion of construction. · During the course of the work, verifying that certificates, operation and maintenance (O&M) manuals and other data required to be assembled and furnished by the Contractor are applicable to the items actually installed and are in accordance with the Contract Documents. · Maintaining files at the job site for correspondence and field memoranda; reports of job conferences and meetings; shop drawings and samples; reproductions of original Contract Documents including work directive changes, addenda, change orders, field orders, additional drawings issued subsequent to the execution of the Contract, clarifications, and interpretations of the Contract Documents; progress reports; daily reports; and other project related documents. Upon completion of the project, these records will be turned over to the City. The estimated level of effort for day-to-day construction oversight is one full-time (40 hours per week) field engineer for a 103-week duration. No allowances have been made for overtime or extended construction duration. The assumed construction period does not include post-construction services, which are included in a separate Task. H) Progress Meetings: Kennedy/Jenks will conduct weekly progress meetings. At a minimum, the Contractor, his subcontractors (as applicable), field engineer, and the City’s project manager are anticipated to participate in the progress meetings. Appropriate Kennedy/Jenks design team staff will attend as necessary. These meetings will provide a forum to review construction progress, methods, and other project-related issues with the City and will provide a forum for the discussion and, if necessary, resolution of topics such as: · Scheduling issues such as planned shutdowns and connections · Progress of construction · Construction difficulties · Other issues affecting the performance of the Contractor and successful completion of the project The field engineer will prepare a combination agenda and minutes of the previous meeting and distribute this document to participants prior to each meeting. The agenda will consist of at least the following items: · Unfinished business · New business City of Arlington and Kennedy/Jenks Consultants, Inc. Agreement Exhibit 1G – DRAFT Amendment No. 6: Scope of Services and Schedule Q:\Projects\2005\0597002.02 Arlington Final Design\Project Management\Amendments\Amendment 6\CM Contract Scope.doc 4 · Schedule · Submittals · Safety · Environmental mitigation The contractor will prepare an updated 4-week look ahead schedule prior to each progress meeting. Items to be discussed will be numbered by date and item number. Items will not be removed from the agenda until they are fully resolved. Time is also included in this task for site visits by the design disciplines and a geotechnical engineer at appropriate times to attend meetings and observe site conditions. The assumed level of effort for disciplines’ site visits is 4 hrs every two weeks for a duration of 95 weeks. The assumed level of effort for the geotechnical engineer is for 10 half-day visits in coordination with major facility excavations over the anticipated 25-month construction period. I) Substantial and final completion: Kennedy/Jenks will review the work with the Contractor upon reaching substantial and final completion and prepare a punch list of items to be completed or corrected. We anticipate that these reviews will also include the City’s project manager and WWTP staff. J) Final project review and closeout report: Upon notification of final completion by the Contractor, Kennedy/Jenks will: · Arrange for and assist with the testing of facility and equipment to determine compliance with the Contract Documents. · Conduct a final review of the work with the Contractor, City's project manager, and WWTP staff, to confirm that all items on the punch list have been completed or corrected and make recommendations to the City concerning acceptance. · Prepare the final pay estimate and close out and deliver copies of relevant project files. · Assist the City with preparation of a certificate of Final Completion, and other completion documentation required by the County and State agencies. · Prepare closeout reports for the WWTP project that includes: a brief project description of what was constructed, a construction timeline summary by month, summary of consultants involved, summary of project costs, discussion of contractor and subcontractors performance, recommendations for future work, and an accounting of project materials (shop drawings, correspondence, record drawings, etc.). Task 5.02 – Post-Construction Period Services A) Startup and commissioning assistance: To the extent requested by the City and included in the budget, Kennedy/Jenks’ personnel (including operations specialists as appropriate) will assist with startup and commissioning of plant upgrades. 160 hours of time is budgeted for time on site, with 32 hours of engineering support. B) Operations Manual: Kennedy/Jenks will produce an Operations Manual for the WWTP. An electronic manual is assumed. This task will consist of: a) Conduct a kickoff meeting with operations staff b) Collect data needed for the manual c) Produce a draft layout and linkage architecture d) Prepare text, graphics, and photos for the manual City of Arlington and Kennedy/Jenks Consultants, Inc. Agreement Exhibit 1G – DRAFT Amendment No. 6: Scope of Services and Schedule Q:\Projects\2005\0597002.02 Arlington Final Design\Project Management\Amendments\Amendment 6\CM Contract Scope.doc 5 e) Prepare and submit a draft manual f) Incorporate comments and produce a final manual g) Provide project management/administration The level of effort estimated for preparation of the Operations Manual is commensurate with the examples of electronic manuals previously reviewed with the City during the Amendment No. 5 scoping meeting. The specific content (data, layout, linkage architecture, text, graphics, photos, etc.) to be incorporated within the Operations Manual will be reviewed and confirmed with the City as part of the manual development work. The budgeted effort will then be allocated to the identified tasks. C) Operator training: Kennedy/Jenks will provide operator training for the updated Operations Manual. Two 16- hour training sessions with two Kennedy/Jenks operations specialists are assumed. D) Record drawings: Using information provided by the Field Engineer and Contractor, Kennedy/Jenks will update the design drawings to produce record drawings. One set of full-size reproducible drawings and 4 sets of 11” X 17” drawings will be provided to the City. E) Kennedy/Jenks’ operations specialists and design engineers will be available to assist the City with optimization of the WWTP following startup. 80 hours of time is budgeted. F) Kennedy/Jenks will assist the City with completing the documentation and testing necessary to obtain the one-year certification for the upgraded and expanded WWTP. 60 hours of time is budgeted. Changes Any change in scope of services and schedule from that defined in this Exhibit shall be undertaken only upon authorization from City. Responsibilities The following items establish responsibilities as they relate to the scope of work described above: 1. Kennedy/Jenks will review and take appropriate action on shop drawings, product data, samples, and other submittals required by the construction contract documents. Such review shall be only for conformance with the design concepts and general compliance with the construction contract documents. Kennedy/Jenks shall not include review of quantities, dimensions, weights or gauges, fabrication processes, construction methods, coordination with the work of other trades, or construction safety precautions, all of which are the sole responsibility of the construction contractor. Kennedy/Jenks's review will be conducted with the reasonable promptness consistent with sound professional practice. Review of a specific item shall not indicate acceptance of an assembly of which the item is a component. Kennedy/Jenks will not be required to review and will not be responsible for any deviations from the construction contract documents not clearly noted by the construction contractor, nor will Kennedy/Jenks be required to review partial submissions or those for which submissions for correlated items have not been received. Acceptance of construction contractor's designs of sheeting and shoring by Kennedy/Jenks on behalf of City will not include review or approval of designs. 2. Kennedy/Jenks will provide review of construction for the purposes of determining compliance with the technical and functional provisions of the construction contract documents only. This review service is not in any way an assumption on the part of City or Kennedy/Jenks of responsibility for methods or appliances used by the construction contractor; for the sufficiency of design or installation of scaffolding, sheeting, or shoring; for the safety of the job; or for compliance by the construction contractor with laws and regulations. 3. Kennedy/Jenks construction review or testing is for the purpose of determining compliance by contractors with the technical and functional provisions of the construction contract documents only. City agrees that Kennedy/Jenks will have no review or testing responsibilities at the project site except to the extent specifically provided for in the agreed upon scope of services. Kennedy/Jenks shall not be held in any way to guarantee any contractor's work, nor to City of Arlington and Kennedy/Jenks Consultants, Inc. Agreement Exhibit 1G – DRAFT Amendment No. 6: Scope of Services and Schedule Q:\Projects\2005\0597002.02 Arlington Final Design\Project Management\Amendments\Amendment 6\CM Contract Scope.doc 6 assume responsibility for means, methods or appliances used by any contractor nor to assume responsibility for a contractor's compliance with laws and regulations or for contractor's errors, omissions, or defective work. 4. City agrees that in accordance with generally accepted construction practices, the construction contractor will be required to assume sole and complete responsibility for jobsite conditions during the course of the project, including safety of all persons and property and that this responsibility shall be continuous and not be limited to normal working hours. City agrees to require in all construction contracts for the project, provisions that City and Kennedy/Jenks (and their officers, directors, employees and subconsultants) shall be defended and indemnified by the contractor and its subcontractors and named additional insureds on contractor's and subcontractors’ insurance. 5. City will provide construction observation personnel. Personnel provided for construction observation will have experience with the existing facility and typical WWTP construction means and methods, and familiarity with the plans and specifications. If, in the opinion of the field engineer and Project Manager, additional inspection skills and/or level of effort are necessary, Kennedy/Jenks will submit a request to augment or adjust construction observation personnel for the City’s consideration. If such a request cannot be fulfilled with available City staff or other resources provided by the City, Kennedy/Jenks may propose assignment of additional staff to monitor compliance with the plans and specifications. Addition of Kennedy/Jenks personnel for this purpose will require an Amendment to this scope of services. 6. Any statements of estimated construction costs furnished by Kennedy/Jenks are based on professional opinions and judgment, and Kennedy/Jenks will not be responsible for fluctuations in construction costs. 7. City will provide legal services, if necessary, and will process progress pay estimates and contract change orders. 8. Kennedy/Jenks’ employees will participate in the commissioning process to witness the equipment commissioning, record test information, prepare summaries, and identify deficiencies. The Contractor’s and City’s personnel will operate the equipment and take measurements that are not readily observable during the commissioning process. The purpose of commissioning is to verify that equipment and systems provided for this project are operating as expected. Commissioning is not intended to replace inspection and testing procedures required during construction. Assumptions In preparing the Scope of Services for Amendment No. 6, it is assumed that: 1. City personnel will be available for onsite meetings. 2. The City will be responsible for coordination with the Contractor and the utilities for utility disconnects and connections, and is responsible for payment of all connection fees. 3. Responsibilities related to MBR assignment will be as defined in the MBR procurement contract. 4. Amendment No. 6 level of effort estimates are based on a 25-month construction period, with one full time field engineer (40 hours per week). The level and duration of effort required for construction period activities often varies depending on a number of factors (i.e., contractor cooperation, unexpected construction issues, weather related complications, cultural artifact discovery, etc.). Because this project is budgeted on a time and materials basis, it is possible that the level of effort expended could be less than or greater than budgeted. This is particularly true if the contractor does not complete construction on time. It is understood that augmentation or modification of the scope, budget, and schedule for any of the work proposed in this contract will require notification, discussion, and approval by both parties. 5. The City will handle reproduction costs for conformed documents, record drawings, etc. 6. The City will coordinate and pay for shipment of submittals and other documents provided by the Contractor to Kennedy/Jenks’ Federal Way, Washington office. 7. The contractor will provide a field office for use by the construction inspector and field engineer. The scope of the field office will be specified in the Contract Documents. City of Arlington and Kennedy/Jenks Consultants, Inc. Agreement Exhibit 1G – DRAFT Amendment No. 6: Scope of Services and Schedule Q:\Projects\2005\0597002.02 Arlington Final Design\Project Management\Amendments\Amendment 6\CM Contract Scope.doc 7 8. The contractor will provide field survey services for construction staking and locations of structures. 9. The contractor will be responsible for preparing the Stormwater Pollution Prevention Plan (SWPPP). 10. The contractor will be responsible for preparing the commissioning plan and conducting the commissioning, in accordance with the provisions specified in the Contract Documents. 11. Conformed documents will be prepared for internal use only and not for issue to the Contractor. 12. The Contractor will provide all equipment O&M manuals and commissioning worksheets as specified in the Contract Documents. 13. New isometric drawings or plans will not be provided for the O&M manual. 14. Engineering calculations will not be included in the O&M manual. Deliverables Task 5.01 Shop drawing/submittal review comments, RFI responses, RFQs, change orders, clarifications, photos, and other project records. Task 5.02 O&M manual and record drawings. Exclusions: Additional Engineering Services (not included in current scope of services) The following work is currently not included in this Scope of Services, but could be added if determined to be appropriate: 1. Meetings and site visits beyond the budgeted amount. 2. Review and processing of submittals, RFIs, change orders, RFQs, and clarifications beyond the budgeted amount. 3. Locating/potholing/mapping existing utilities. 4. Submittal of permit applications, including fees. 5. Environmental mitigation monitoring. 6. Construction scheduling. 7. Startup and commissioning assistance that involves operating equipment or is beyond the budgeted amount. 8. Field verification of constructed conditions for preparation of the Record Drawings. 9. Field and laboratory testing services such as testing of soil compaction, concrete slump, concrete compressive strength, concrete air entrainment, etc. 10. Special inspections as required during the construction period. 11. Processing and review of claims beyond the total effort budgeted for Subtask 5.01-E. 12. Expert witness and depositions. 13. Processing of prevailing wage certificates. 14. Preparation of SRF/Centennial post construction report. 15. PLC programming (Kennedy/Jenks could provide this service, or it could be left to the Contractor). Schedule Kennedy/Jenks will proceed with engineering support and construction management services as soon as we receive authorization from the City. DRAFT Budget Breakdown Task Total K/J K/J Sub- No.Task Description Total Labor Internal Direct contractor Total Hours Costs Costs Costs Costs Cost 5.01 Construction Services A) Pre-construction conference 64 11,270$ 200$ 11,470$ B) Conformed Documents (Internal Use)84 9,720$ 3,000$ 12,720$ C) QA/QC Plan and HARP 68 10,240$ 10,240$ D) RFIs, shop drawings, and submittals 1530 198,800$ 2,000$ 200,800$ E) RFQs, clarifications, and change orders 630 89,650$ 200$ 89,850$ F) Contract administration 568 105,170$ 500$ 105,670$ G) Construction oversight 4120 597,400$ 19,000$ 616,400$ H) Weekly progress and construction meetings 392 72,520$ 5,000$ 7,200$ 84,720$ I) Substantial and final completion inspections and punch lists 120 18,220$ 300$ 18,520$ J) Final review and closeout report 108 16,320$ 300$ 16,620$ Task 5.01 - Subtotal 7684 1,129,310$ -$ 30,500$ 7,200$ 1,167,010$ 5.02 Post-Construction Services A) Startup and commissioning assistance 192 33,360$ 600$ 33,960$ B) Operations manual 1032 147,240$ 6,000$ 153,240$ C) Operator training 92 16,620$ 1,500$ 18,120$ D) Record drawings 392 46,970$ 2,500$ 49,470$ E) Optimization assistance 80 11,600$ 11,600$ F) WWTP One-Year Certification 60 9,300$ 9,300$ Task 5.02 - Subtotal 1848 265,090$ -$ 10,600$ -$ 275,690$ Construction, Post-Construction Subtotal (5.01 - 5.02) 9532 Construction, Post-Construction Subtotal (5.01 - 5.02) 9532 1,394,400$ -$ 41,100$ 7,200$ 1,442,700$ 5 % Escalation (Midpt Const)72,135$ 10 % K/J Markup: 4,110$ 720$ 4,830$ GRAND TOTAL 1,519,665$ CITY MANAGEMENT RESERVE TBD Engineering Support/Construction Management and Post Construction Services (Phase 5) CITY OF ARLINGTON WASTEWATER TREATMENT PLANT UPGRADE Amendment No. 6 Date: 11/7/2008 0597002.02\CM Contract Fee Estimate.xls City of Arlington Council Agenda Bill AGENDA ITEM: ATTACHMENT D COUNCIL WORKSHOP DATE: December 8, 2008 SUBJECT: Katy Isaksen & Associates Task Order #6 – Storm Comp Plan Financial Analysis DEPARTMENT OF ORIGIN: Public Works – Utilities Division James Kelly ATTACHMENTS: • Professional Services Agreement, Task Order # 6 EXPENDITURES REQUESTED: $13,500.00 BUDGET CATEGORY: Stormwater Capital Improvement Fund 2008 LEGAL REVIEW: Pending Review by City Attorney DESCRIPTION: KIA Task Order #6 will provide for the financial analysis work necessary to support the Stormwater Comprehensive Plan update HISTORY: The City has been working with URS Corporation on updating the Surface Water Management Plan (the Plan), commonly referred to as the Stormwater Comprehensive Plan. Katy Isaksen & Associates has been under subcontract with URS to prepare the financial plan, develop rate and connection charge recommendations and prepare the finance chapter for inclusion in the Plan. The City is currently amending the URS contract and is seeking methods of reducing the cost. One method is to contract with Katy Isaksen & Associates directly and avoid the typical subconsultant markup. This Task Order transfers the financial plan tasks from a subconsultant contract with URS, to direct contract with the City. ALTERNATIVES: Decline the proposal and solicit other firms. RECOMMENDED ACTION: No action is being requested at this time. CITY OF ARLINGTON TASK ORDER AUTHORIZATION Contract: Professional Service Agreement City of Arlington and Katy Isaksen & Associates Contract No.: P02.197 Task Order: T.O. #6 Task Manager: James Kelly Date: October 20, 2008 Description: Financial Plan, Rates and Chapter for Stormwater Management Plan This Task Order is being issued in accordance with all terms and conditions provided for in the above referenced contract. The above referenced Task Manager shall be the designated City of Arlington representative who will perform the technical, functional, and supervisory activities necessary for the proper management and execution of this Task Order. Any changes, additions, deletions, or modifications to this Task Order must be clearly stipulated and agreed to in a written Task Order Amendment and signed by all signatories of this Task Order. Project Understanding The City has been working with URS Corporation on updating the Surface Water Management Plan (the Plan), commonly referred to as the Stormwater Comprehensive Plan. Katy Isaksen & Associates has been under subcontract with URS to prepare the financial plan, develop rate and connection charge recommendations and prepare the finance chapter for inclusion in the Plan. The City is currently amending the URS contract and is seeking methods of reducing the cost. One method is to contract with Katy Isaksen & Associates directly and avoid the typical subconsultant markup. This Task Order transfers the financial plan tasks from a subconsultant contract with URS, to direct contract with the City. This Task Order No. 6 provides for the completion of the Stormwater financial plan along with capital improvement funding, six-year revenue and expense projections, recommended rates and connection fees and a finance chapter for inclusion in the Plan document. The budget has been revised to reflect the anticipated level of effort to complete based on current experience working with the City of Arlington on other task orders. Scope of Work The Scope of Work for this Task Order is to develop the financial plan to support the recommendations made in the Stormwater Plan, develop a capital improvement funding plan, prepare six-year revenue and expense projections, recommended rates and connection charges, anddraft the financial chapter for inclusion in the Plan. Coordination with URS, the City’s engineering consultant on this Plan is also included. To complete this Task Order, the following information and data will be provided by the City: PAGE 1 of 3 A. Draft chapters from the Plan including sections related to existing development/available lands, anticipated growth, review and recommendations for operations & maintenance programs, additional efforts required to meet NPDES Phase II regulations, capital improvements and any other recommendations that may affect future funding requirements, B. Prioritized draft list of capital improvements recommended, including estimated cost and schedule, C. Any changes to the preliminary 2009 proposed budget, or planned adjustments for the future, D. Existing customer billing data including customers and revenue by type, impervious surface area in the form of ESU’s, and information on accounts with approved credits, E. Other information and reports that would be helpful in ensuring a coordinated Stormwater Financial Plan. The following is a breakdown of the anticipated work and deliverables required of this Task Order: A. Documenting the existing financial summary, financial policies and rates or fees for the existing Stormwater Utility. B. Develop a funding plan for the capital improvements, evaluate the rate impact of several alternative CIP schedules to assist the City in selecting the preferred list and schedule. C. Develop a balanced six-year financial outlook including revenue and expenses (operating, debt, capital and reserves) with the impact on rates. D. Review history and develop a potential system development fee to ensure that growth pays for growth, as appropriate for the system in place and capital improvements recommended. E. Determine a six-year rate projection, review and summarize the existing rate structure, and make rate recommendations to support the Plan. F. Develop the financial chapter for inclusion in the Plan. G. Coordinate with City’s engineering consultant, city staff and senior advisor as necessary to ensure a well-coordinated and supported effort between the financial plan and recommendations to be contained in the City’s Stormwater Plan. This will also include responding to inquiries and coordinating closely with the City’s utility financial and billing staff, and preparing for presentations to be made to the Executive Committee and City Council. Schedule The schedule for the performance of this Task Order shall run concurrent with Stormwater Management Plan. PAGE 2 of 3 PAGE 3 of 3 Fees This Task Order shall be billed on a Time and Materials basis with a not to exceed amount of $13,500.00. The billing rate for Katy Isaksen shall be $105.00 per hour. Direct expenses incurred for the project will be billed at cost. Typical expenses include mileage, copies and delivery other than regular US mail. Notice to Proceed The following individuals, by signing below, agree to the terms of this Task Order and that it is a duely authorized and issued Notice to Proceed for the contractor/consultant to begin work per the direction and supervision of the Task Order Manager. Task Order Issued By: Task Order Accepted By: ________________________ ________________________ CITY OF ARLINGTON Katy Isaksen & Associates KI&A BUDGET City of Arlington Stormwate Est. Hourly Est. Hourly Prepared by Katy Isaksen & Associates, 10/24/06, Revised 10/20/08 Hours 105.00$ Hours 105.00$ Prepare Financial Program and Chapte 1. existing financial summary 8 840.00$ 0 -$ 2. existing financial policies 6 630.00$ 4 420.00$ 3. existing rates and fees 4 420.00$ 4 420.00$ 4. evaluate rate impact of alternative CIP sched. to select preferred 16 1,680.00$ 16 1,680.00$ 5. identify 6-yr revenue requirements (operating, debt, capital) 16 1,680.00$ 16 1,680.00$ 6. calculate connection charge based on CIP 20 2,100.00$ 20 2,100.00$ 7. determine 6-yr rate projection 16 1,680.00$ 16 1,680.00$ 8. present to stormwater team/staff 6 630.00$ 4 420.00$ 9. prepare summary financial plan 12 1,260.00$ 12 1,260.00$ 10. make adjustments to financial plan 8 840.00$ 4 420.00$ 11. draft financial chapter 16 1,680.00$ 16 1,680.00$ 12. attendance and/or presentation at one Executive Meeting 6 630.00$ 4 420.00$ 13. present at one Council Meeting 8 840.00$ 0 -$ . rev ew an commen on ra or nance prepare y c . . 15. coordination w/staff, engineers, advisor 8 840.00$ 8 840.00$ Labor Estimate 154 16,170$ 126 13,230$ Estimated Direct Expense 300$ 270$ Total Estimate Task 16,470$ 13,500$ Base est. includes draft scenario + 1 revised. Katy Isaksen (206.706.8893): Arlington Stormwater Comp Plan, Detailed Est., 11/17/2008