HomeMy WebLinkAboutTechnical Systems Inc AG-C-380I .cl
2010 AGREEMENT FOR PROFESSIONAL SERVICES
AG-C-380
THIS AGREEMENT made and entered into by and between the CITY OF
AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to
as "CITY," and Technical Systems, Inc., a corporation whose address is 2303 -
196t" Street SW, Lynnwood, WA 98036, hereinafter referred to as "CONSULTANT."
In consideration of the covenants and conditions of this Agreement, the parties
hereby agree as follows:
1. SCOPE OF WORK
See Exhibit A, which is attached hereto and by this reference made a part of this
Agreement.
2. TERM
The CONSULTANT shall not begin any work under this Agreement until
authorized in writing by the CITY. All work under this Agreement shall be completed by
December 31, 2010, and can be amended by both parties for succeeding years.
The established completion time shall not be extended because of any delays
attributable to the CONSULTANT, but may be extended by the CITY in the event of a
delay attributable to the CITY, or because of unavoidable delays caused by an act of
God or governmental actions or other conditions beyond the control of the
CONSULTANT. A prior supplemental Agreement issued by the CITY is required to
extend the established completion time.
3. COMPENSATION
The total compensation for this Agreement shall not exceed $158,689.00.
Paid per rates are attached in the fee schedule as shown on Exhibit B, which is
attached hereto and by this reference made a part of this Agreement.
Agreement for Professional Services AG-C-380
Page 1 of 10
The CONSULTANT shall be paid by the CITY for direct non-salary cost, per
attached Exhibit B, at the actual cost to the CONSULTANT plus 10%. Exhibit B is
attached hereto and by this reference made a part of this Agreement. These charges
may include, but are not limited to the following items: outside reproduction fees,
courier fees, subconsultant fees, and materiais and supplies. The billing for non-
salary cost, directly identifiable with the project, shall be submitted as an itemized listing
of charges supported by copies of the original bills, invoices, expense accounts and
miscellaneous supporting data retained by the CONSULTANT. Copies of the original
supporting documents shall be supplied to the CITY upon request. All above charges
must be necessary for the services provided under the Agreement.
In the event services are required beyond those specified in the Scope of Work,
and not included in the compensation listed in this Agreement, a contract modification
shall be negotiated and approved by the CITY prior to any effort being expended on
such services.
4. SUBCONTRACTING
The CITY permits subcontracts for those items of work necessary for the
completion of the project. The CONSULTANT shall not subcontract for the
performance of any work under this AGREEMENT without prior written permission of
the CITY. No permission for subcontracting shall create, between the CITY and
subcontractor, any contract or any other relationship.
Compensation for any subconsultant work is included in Section 3 of this
Agreement and all reimbursable direct labor, overhead, direct non-salary costs and
fixed fee costs for the subconsultant shall be substantiated in the same manner as
outlined in Section 3. All subcontracts exceeding $10,000 in cost shall contain all
applicable provisions of this AGREEMENT.
Agreement for Professional Services AG-C-380
Page 2 of 10
5. RESPONSIBILITY OF CONSULTANT
The CONSULTANT shall be responsible for the professional quality, technical
accuracy, timely completion and the coordination of all studies, analysis, designs,
drawings, specifications, reports and other services perFormed by the CONSULTANT
under this Agreement. The CONSULTANT shall, without additional compensation,
correct or revise any errors, omissions or other deficiencies in its plans, designs,
drawings, specifications, reports and other services required. The CONSULTANT shall
perform its services to conform to generally-accepted professional engineering
standards and the requirements of the CITY.
Any approval by the CITY under this Agreement shall not in any way relieve the
CONSULTANT of responsibility for the technical accuracy and adequacy of its services.
Except as otherwise provided herein, neither the CITY'S review, approval or
acceptance of, nor payment for, any of the services shall be construed to operate as a
waiver of any rights under this Agreement or of any cause of action arising out of the
performance of this Agreement to the full extent of the law.
6. INDEMNIFICATION/HOLD HARMLESS
The CONSULTANT shall defend, indemnify and hold the CITY, its officers,
officials, volunteers, and employees harmless from any and all claims, injuries,
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.
7. INDEPENDENT CONTRACTOR/ASSIGNMENT
The parties agree and understand that the CONSULTANT is an independent
contractor and not the agent or employee of the CITY and that no liability shall attach to
the CITY by reason of entering into this Agreement except as otherwise provided
herein. The parties agree that this Agreement may not be assigned in whole or in part
without the written consent of the CITY.
Agreement for Professional Services AG-C-380
Page 3 of 10
8. INSURANCE
CONSULTANT shall procure and maintain for the duration of this Agreement,
insurance against claims for injuries to persons or damage to property which may arise
from or in connection with the performance of the work hereunder by the
CONSULTANT, its agents, representatives, or employees.
CONSULTANT'S maintenance of insurance as required by the Agreement shall
not be construed to limit the liability of the CONSULTANT to the coverage provided by
such insurance, or otherwise limit the City's recourse to any remedy available at law or
in equity.
CONSULTANT shall obtain insurance of the types and in the amounts described
below:
a. Automobile Liability insurance covering all owned, non-owned, hired and
leased vehicles, with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Coverage shall be written on
Insurance Services Office (ISO) form CA 00 01 or a substitute form providing
equivalent liability coverage. If necessary, the policy shall be endorsed to
provide contractual liability coverage.
b. Commercial General Liability insurance shall be written on ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations,
independent contractors, and personal injury and advertising injury, with limits
no less than $1,000,000 each occurrence, $2,000,000 general aggregate.
The CITY shall be named as an insured under the CONSULTANT'S
Commercial General Liability insurance policy with respect to the work
performed for the CITY using the applicable ISO Additional Insured
endorsement or equivalent.
c. Worker's Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
Agreement for Professional Services AG-C-380
Page 4 of 10
d. Professional Liability insurance appropriate to the CONSULTANT'S
profession, with limits no less than $1,000,000 per claim and $1,000,000
policy aggregate limit.
The insurance policies are to contain, or be endorsed to contain, the following
provisions for Automobile Liability and Commercial General Liability insurance:
a. The CONSULTANT'S insurance coverage shall be primary insurance as
respects the CITY. Any insurance, self insurance, or insurance pool
coverage maintained by the CITY shall be excess of the CONSULTANT'S
insurance and shall not contribute with it.
b. The CONSULTANT'S insurance shall be endorsed to state that coverage
shall not be cancelled by either party, except after thirty (30) days prior written
notice has been given to the CITY by certified mail, return receipt requested.
All insurance shall be obtained from an insurance company authorized to do
business in the State of Washington. Insurance is to be placed with insurers with a
current A.M. Best rating of not less than A-:VII.
The CONSULTANT shall furnish the City with certificates of insurance and a
copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance coverage required by this
section, before commencement of the work. The CITY reserves the right to require that
complete, certified copies of all required insurance policies be submitted to the CITY at
any time. The CITY will pay no progress payments under Section 3 until the
CONSULTANT has fully complied with this section.
9. NONDISCRIMINATION
The CONSULTANT may not discriminate regarding any services or activities to
which this Agreement may apply directly or through contractual, hiring, or other
arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or
where there is the presence of any sensory, mental or physical handicap.
Agreement for Professional Services AG-C-380
Page 5 of 10
10. OWNERSHIP OF RECORDS AND DOCUMENTS
The CONSULTANT agrees that any and all drawings, computer discs,
documents, records, books, specifications, reports, estimates, summaries and such
other information and materials as the CONSULTANT may have accumulated,
prepared or obtained as part of providing services under the terms of this Agreement by
the CONSULTANT, shall belong to and shall remain the property of the CITY OF
AUBURN. In addition, the CONSULTANT agrees to maintain all books and records
relating to its operation and concerning this Agreement for a period of six (6) years
following the date that this Agreement is expired or otherwise terminated. The
CONSULTANT further agrees that the CITY may inspect any and all documents held by
the CONSULTANT and relating to this Agreement upon good cause at any reasonable
time within the six (6) year period. The CONSULTANT also agrees to provide to the
CITY, at the CITY'S request, the originals of all drawings, documents, and items
specified in this Section and information compiled in providing services to the CITY
under the terms of this Agreement.
11. CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND
OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS
The prospective primary participant certifies to the best of its knowledge and
belief, that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from covered transactions by any federal
department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of
or had a civil judgment rendered against them for commission or fraud or a
criminal offense in connection with obtaining, attempting to obtain, or
performing a public (federal, state, or local) transaction or contract under a
Agreement for Professional Services AG-C-380
Page 6 of 10
public transaction; violation of federal or state antitrust statues or commission
of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (federal, state, or local) with commission of any of the
offenses enumerated in paragraph "(b)" of this certification; and
(d) Have not within a three-year period preceding this application/proposal had
one or more public transactions (federal, state, or local) terminated for cause
or default.
Where the prospective primary participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach an explanation
to this proposal.
12. TERMINATION OF AGREEMENT
This Agreement may be terminated by either party upon twenty (20) days written
notice to the other party, and based upon any cause. In the event of termination due to
the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the
CITY for services performed to the date of termination.
Upon receipt of a termination notice under the above paragraph, the
CONSULTANT shall (1) promptly discontinue all services affected as directed by the
written notice, and (2) deliver to the CITY all data, drawings, specifications, reports,
estimates, summaries, and such other information and materials as the CONSULTANT
may have accumulated, prepared or obtained in performing this Agreement, whether
completed or in process.
13. GENERAL PROVISIONS
13.1. This Agreement shall be governed by the laws, regulations and ordinances
of the City of Auburn, the State of Washington, King County, and where applicable,
Federal laws.
Agreement for Professional Services AG-C-380
Page 7 of 10
13.2. All claims, disputes and other matters in question arising out of, or relating
to, this Agreement or the breach hereof, except with respect to claims which have been
waived, will be decided by a court of competent jurisdiction in King County, Washington.
Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall
proceed diligently with the performance of the services and obligations herein.
13.3. In the event that any dispute or conflict arises between the parties while
this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such
dispute or conflict, the CONSULTANT shall continue to make a good faith effort to
cooperate and continue work toward successful completion of assigned duties and
responsibilities.
13.4. The CITY and the CONSULTANT respectively bind themselves, their
partners, successors, assigns, and legal representatives to the other party to this
Agreement with respect to all covenants to this Agreement.
13.5. This Agreement represents the entire and integrated Agreement between
the CITY and the CONSULTANT and supersedes all prior negotiations, representations
or agreements either oral or written. This Agreement may be amended only by written
instrument signed by both the CITY and the CONSULTANT.
13.6. Should it become necessary to enforce any term or obligation of this
Agreement, then all costs of enforcement including reasonable attorneys fees and
expenses and court costs shall be paid to the substantially prevailing party.
13.7. The CONSULTANT agrees to comply with all local, state and federal laws
applicable to its performance as of the date of this Agreement.
13.8. If any provision of this Agreement is invalid or unenforceable, the
remaining provisions shall remain in force and effect.
13.9. This Agreement shall be administered by Gary Conley on behalf of the
CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY. Any
Agreement for Professional Services AG-C-380
Page 8 of 10
CITY OF AUBURN
`
Peter B. Lewis, Mayor
Date MAR 12010
ATTEST:
Danielle E. Daskam, City Clerk
APPROVED AS TO FORM:
Technical Systems, Inc.
BY:
Title: ~
Federal Tax I D#
Agreement for Professional Services AG-C-380
Page 10 of 10
written notices required by the terms of this Agreement shall be served on or mailed to
the following addresses:
City of Auburn
Attn: Robert Lee
25 W Main Street
Auburn WA 98001
Phone: 253.804.5071
Fax: 253. 931.3053
E-mail: rlee(cD_auburnwa.qov
Technical Systems, Inc
Attn: Gary Conley
2303 - 196t" Street SW
Lynnwood, WA 98036
Phone: 425.678.4112
Fax: 425.775.9074
E-mail: qarvc _tsicontrols.com
13.10. All notices or communications permitted or required to be given under
this Agreement shall be in writing and shall be delivered in person or deposited in the
United States mail, postage prepaid. Any such delivery shall be deemed to have been
duly given if mailed by certified mail, return receipt requested, and addressed to the
address for the party set forth in 13.9 or if to such other person designated by a party to
receive such notice. It is provided, however, that mailing such notices or
communications by certified mail, return receipt requested is an option, not a
requirement, unless specifically demanded or otherwise agreed.
Any party may change his, her, or its address by giving notice in writing, stating
his, her, or its new address, to any other party, all pursuant to the procedure set forth in
this section of the Agreement.
13.11. This Agreement may be executed in multiple counterparts, each of which
shall be one and the same Agreement and shall become effective when one or more
counterparts have been signed by each of the parties and delivered to the other party.
Agreement for Professional Services AG-C-380
Page 9 of 10
EXHIBIT A
SCOPE OF SERVICES
The purpose of this project is to provide the first phase (Preliminary Design) of the
replacemenUupgrade of the City's Supervisory Control and Data Acquisition (SCADA)
System. The upgraded SCADA system will provide for a Computer based Master
Telemetry Unit (MTU) and PLC based Remote Telemetry Units (RTUs) to monitor and
control the City's utility facilities.
Preliminary Desiqn Enqineerinq Services Scope
The Preliminary Design scope is to gather necessary documentation to develop and
produce a Preliminary Design report that will present different options for design and
construction. These options will have costs attached and will include recommendations
on hardware and software, communications, network architecture, and security.
1. Compilation and Review of Existing Field Conditions----- TSI will review the Feasibility
Study (performed by Casne Engineering) and review all existing field conditions to
make sure all current assumptions and conditions are valid. Water, Sewer and Storm
water sites will be visited along with the M&O headquarters.
2. TSI will arrange a workshop with the City to review the City facilities, operational
data, geographical information, and any other pertinent information. This meeting will
familiarize the Key Design Staff with aspects of the City related to the SCADA
System. TSI will also in this Workshop present our understanding of the existing
system operations to ensure we have a complete understanding of existing and
future facilities. This workshop shall include detailed discussions on system
operational parameters and system command and control processes such as fail
safe configurations, redundancy, system self preservation, and other higher
intelligence functions. TSI shall assist the City in identifying opportunities and make
recommendations on ways to improve systems monitoring and control functions
using more intelligent hardware and programming. The outcome of this discussion
may require an additional follow up meeting or a topic specific meeting may be
needed. TSI shall incorporate the opportunities and recommendations into the
Preliminary Design Report.
3. TSI will arrange a meeting with the City to review Security needs at each site and to
ensure we are clear on the priority of security needs. This will include electronic
security and physical security. TSI will investigate various electronic security options
such as video streaming, DVR/NVR systems, motion, and intrusion. For video
security issues, and as part of this Preliminary Design, TSI will make
recommendations and cover the following topics:
• Image quality
Exhibit A
Agreement No. AG-C-380
Page 1 of 4
• Recordable on a local DVR or NVR
• A minimum of 10 days of storage
• Low-light operation capable
• IP addressable cameras and DVR/NVRs
• Video compatible with Windows Media Player 9 or above
• Cameras listed on the OnSSI Net-EVS Supported Devices list
4. TSI will review the City's topology for radio communication. TSI will generate a
computer generated radio path survey and field verify all sites for a good radio path.
The objective of this task is to conduct a communications path study to determine
the best method of communications for each remote site, including redundancy. The
intent is to eliminate as much of the existing leased telephone lines as possible while
still maintaining a reliable SCADA system: Communications mediums that will be
considered during the study to ensure future communication needs are addressed
will include:
a. Radios
b. Fiber Optics
c. Microwave
d. Telephone (leased lines, T1, etc.)
e. Cable
f. Cellular
We will coordinate with the City to determine if high bandwidth equipment (such as
video cameras) will be used at any of the remote sites. Link capability will be
evaluated to allow sufficient bandwidth to support standard Ethernet protocols such
as streaming video (5-10 fps), WAN connectivity, local Wi-Fi hotspot, etc. Each site
will be evaluated for the local communication hardware to have the capacity to
support various media including 802.3u 100BASE-TX, single-mode/multi-mode fiber
optics, 802.11 Wi-Fi, VHF, Microwave, etc.
TSI will also identify sites as part of this Preliminary Design that are near City
communication infrastructure and evaluate the cost benefit of connecting "last mile"
as opposed to radio or other solutions.
In evaluating overall communication methods and making recommendations for this
Preliminary Design, TSI will assess each site individually; and all sites as a whole, for
three critical factors---cost, link capability (bandwidth and support for Ethernet
protocols), and redundancy. "Self-healing" communication networks will be evaluated
and recommended. Radio communication systems proposed will have remote
management and diagnostics capabilities. Any optional network management
applications shall be reviewed.
5. TSI will review the HMI (Human Machine Interface) software (Wonderware) and use
the following City standards:
• Server OS should be Windows Server 2003 and above
Exhibit A
Agreement No. AG-C-380
Page 2 of 4
Server hardware must be DELL branded Intei x86 equipment
Any database application should be Microsoft SQL 2005 SP2 and above
Other Wonderware features will be evaluated and recommended such as:
• Web-based client
• Separate client supported on Windows XP SP2 and above
• User and group privileges for access to Wonderware features linked to Active
Directory on the domain
• No requirement to configure and manage local users or groups
• No requirement to be local or domain administrators or Power Users in order
to access and use Wonderware
• Designed to support multiple simultaneous, secure remote access sessions
for after hours or emergencies.
This review will include the type of thin clienUserver architecture that the City prefers.
We will also review redundancy, backups, and remote access. Server system will
have redundancy such as if the primary server fails, a secondary system should
assume control to maintain the SCADA system. Both primary and secondary
systems should synchronize with each other.
TSI will review and recommend remote alarming and acknowledging of alarms via
laptops, text messaging, or voice, etc. Text messages will be sent by e-mail or SMS
to laptop or cell phone when alarm conditions exist. All messages shall contain
enough information about the event to assist the operator in troubleshooting.
Preliminarv Desiqn Report
At the end of Preliminary Design, TSI will submit a DRAFT Preliminary Design
Report to the City. The Preliminary Design Report will include sections such as:
• Executive Summary
• Purpose of Report
• Discussion
• Security
• Radio Path Survey Results and Communication Recommendations
• Options/Recommendations
• Pricing (with options)
• Identification of any Permitting Needs
The report will include options and recommendations on communications, security,
network topology, and standards (hardware and software). Each option will have a
cost attached.
TSI will attend a review meeting with the City to discuss comments and answer
questions on the report. TSI will incorporate any decisions made in the meeting in
Exhibit A
Agreement No. AG-C-380
Page 3 of 4
the final version of the Preliminary Design Report. The final version of the report will
become the basis of design for the design and construction.
As part of the Preliminary Design effort, TSI will attend up to two (2) City Council
meetings to help the City staff present the report and the recommended options to
the City Council.
TSI will provide 6 hard copies and one electronic copy of the Preliminary Design
Report.
Exhibit A
Agreement No. AG-C-380
Page 4 of 4
EXHIBIT B
FEE SCHEDULE
CHARGES: Charges for employees are determined by the hourly rates listed below. Charges
for reimbursable expenses are specified below or in individual task order proposals.
Labor Rates
Labor Category
Hourly Rate
Principal
$ 175.00
Project Manager
$ 140.00
Sr. Engineer
$ 135.00
Project Engineer / Software Engineer
$ 125.00
Field Engineer / Technician
$ 105.00
Shop Technician / Shop Repair
$ 80.00
Auto-CAD & Drafting
$ 70.00
Documentation
$ 70.00
Clerical
$ 60.00
Expense Rates
Expense Category
Billing Rate
Mileage
$0.50 /mile or current IRS rate
Outside Photocopies/Printing
Cost + 10%
Transportation by Public Carrier
Cost + 10%
Outside Services or Subcontractors
Cost + 10%
Materials and Supplies
Cost + 10%
Exhibit B
Agreement No. AG-C-380
Page 1 of 1
CONSULTANT INVOICES
CONSULTANT invoices should contain the following information:
• On CONSULTANT letterhead.
• A cover letter stating the status of each task. This should include items completed, percent
completed during the billing period and completion along with funding status.
• Internal invoice number and/or sequential numeric number (i.e.: progress payment # 10).
• Invoice date.
• Period of time invoice covers.
• Consultant Agreement # (i.e.: AG-C-115).
• Project number(s) listed (i.e.: PR562).
• CITY'S project manager listed.
• The hour(s) per person broken down by task(s) (attach timesheets, spreadsheet detailing
timesheets, or some other form of proofl along with type of work done (i.e.: design, right-of-
way, or construction) or task order number.
• Direct salary (base salaries).
• Indirect salary (benefits).
• Direct non-salary (i.e.: mileage, reproduction fees (i.e.: printing, copying), communication
fees (i.e.: telephone), supplies, computer charges, subconsultants), indirect non-salary
(overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires
travel outside of the greater Seattle, Tacoma, and Everett area. These costs are to be
broken down and backup information is to be attached to invoice. Project managers are to
inform CONSULTANTS as to what is required for break down information and if backup
information is to be attached. Break out the same for subconsultant charges.
• Previous and remaining base contract amounts left in each task and total contract - total
authorized amount (bottom line figure). Add amendments to this base contract amount for
total authorized amount.
• Percentage of work completed to date compared to total amount of work (if required by the
project manager).
• Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can get an
amendment in place.
• Invoices for previous year are due by January 15'n
• For grant/special funded projects there might be other special information needed,
reference the LAG manual.
Consultant Invoices
Agreement No. AG-C-380
Page 1 of 2
SAMPLE INVOICE
City of Auburn
25 West Main
Auburn WA 98001
Attn: Scott Nutter, Project Engineer
Agency Agreement AG-C-010
Invoice 5222
Progress Payment 2
Invoice Date: February 10, 2008
Project Name: Thomas Nelson Farm
Project PR562
Engineering Services performed during the period of: January 2002
SAMPLE ENGINEERING, INC.
Personnel
Hours
Hourl Rate
Amount
Mike Jones, Princi af in Char e
1
$ 125.00
$ 125.00
Carla Maker, Architect
5
$ 72.00
$ 144.00
Joe Smith, Word Processin
10
$ 48.00
$ 480.00
Consultant Personnel Subtotal
$ 749.00
Ex enses see attached documentation)
Char es
Multi lier
Amount
Mike Jones, Princi al in Char e
20 miles
x1.1
$ 7.59
Carla Maker, Architect
$ 30.00
x1.1
$ 33.00
Joe Smith, Word Processin
$ 29.00
x1.1
$ 31.90
Consultant Ex enses Subtotal
$ 72•49
Consultant Total:
SUB CONSULTANTS (see attached documentation)
$ 821.49
Subconsultant
Hours
Hourl Rate
Amount
ABC Environmental, Inc., Civil En ineer
10
$
100.00
$
1,000.00
Electrical Consultin , Electrical En ineer
5
$
100.00
500.00
Mechanical Solutions, Mechanical En ineer
10
$
100.00
MRF
1,000.00
Movin Com an , Movin Consultant
2
$
50.00
100.00
Subconsultant Subtotal
$
2,600.00
Subtotal x 1.1 Multi lier
$
2,860.00
Subconsultant Total:
- - - - - - -
TOTAL DUE THIS INVOICE
CONTRACT BREAKDOWN
$ 2,860,00
- - -
$ 3,681.49
Task
Amount
Authorized
Prior Invoiced
This Invoice
Totallnvoiced
To Date
%
Ex ended
%
Com leted
Amount
Remainin
Original
Contract
$22,000.00
$ 1,025.00
$ 2,681.49
$ 3,706.49
20%
25%
$ 18,293.51
MRF*
2,500.00
0.00
1,000.00
1,0000.00
40%
45%
1,500.00
TOTAL
$ 24,500.00
$ 1,025.00
$ 3,681.49
$ 4,706.49
$ 19,793.51
Note: MRF=Management Reserve Fund
* Received a written authorization of MRF on 1/10/01 for Mechanical Engineer task in the amount of
$2,000.00.
Consultant Invoices
Agreement No. AG-C-380
Page 2 of 2
AMENOMENT k1 TO AGREEMENT NO. AGC480 BETW EEN THE
qTV OP AUBURN AND TECHNICAL SVSTEMS, INC.
TXIS AMENDMENT is made and entered Inb this %tlay of Mag 2010, by ana
between the QTY OF AUBURN, a municipal mrporation of Yha Slate of WasM1ington
(hereinafter referraJ m as iM1e'CITV'), antl TECHNICAL SYSTEMS, INC. (M1erainaRer
referretl to as IM1e "CONSUITANT") as an Amendmenl lo tM1e Agreement between tM1c
patlies for AG-C380 execWetl on iM1e 1" day of Mamh, 2010.
TM1e cM1anges lo IM1e agreemenl are tlescribetl as tollows:
1. CONTRACT TERM: There is no cM1ange to the conhactterm.
2. SCOPE OF WORK. CM1ange lo iM1e Scope of Work as sM1Own in IFe altacbed ExM1ibit
A-0.
3. COMPENSATION'. An aJdilional $24,98500 M1as been atldetl to the amounl
autM1Orized'm the original agreement.
REMAININGTERMSUNCHPNGEO: TM1at allother pmvisionsoftM1eAgreement
beM1Veen tM1a patlies for AG-C380 exeated on iM1e 191 tlay ot Marcb, 2010, shall remain
uncM1anged, antl in full brce and eftecl,
IN WITNE55 WHEREOF the paRies hereto have execWetl IM1is A9reemenl as of the
Jay and year (Irst ebove wtilten-
TECHNICAL SYSTEMS, INC.
/•'~`_Ji~f'. d_ 1 ~
BY:
Authorizetl signamre
n,+l. i O,..ri-rA-re
ATTEST (Optlonal)
CI ❑ FIRj7
~
PeterB.Lewls,Mayor
NTiEST'
ay
ps:
Approvetl as ro form (Optional):
Altorney 0r (Other Patly)
Dani2lle E. oaskam, Aubum Clty Clerk
AP ov tl a n -
Deniel B. Hei Qty At ey
Amentlmen! Nn 1 lar Pgraemenl No. A6Ca611
TecM1nlfel9yscms,lnc
vaoe i mz
EXHIBITA-0
SCOPE OF WORK
TACOMF INTERTIE
emvoeWfiiremfosanWEOgimeringsmiuu CiryolAObomasrtvtllntame
e M d 1 9p LucJl : d I'R4 . 111111111.
ilT. . PP.PPI_ AeM1C AAmdvvd ri'ITCPOKV tl n illA.
M1eeilanFeCmI[T +vK11aeL x<lvyv CLIII~ ILLIII PJ'nf .IC.II0...AoA
conmr0eaIldinrtemuuvntAemnudleeinmrnvCVjsSU111
' IE hLpVna JII 1. loin I P. I I. . I p - rc
,Itri II .prcWf F, AuvL 1 , 'betoo, -oCSwm+all lc : bm
u~➢M1 eL IF'9 t'l ey h Idl LIIIIII I .I1. M1 omz
i P Fa-iv vuulLC .d m. . a n 1 rFU h -e.. Ia i u I'. VFM1d
hy iM1e m.warnv_
nu n i u F r~._.~
I rn PLICILL
a x a a,F ~ r r -
e a i~i m .v nLt n n, i. i i:e
. -p„ z i i . 1 i IIIIIIIII .I , . fuldre"In their "I" n'.II 1::11 ilawi P I Ill~tlh ioLluh~ n vlldolI . I il
Wudimoonn::M1iFC WePTHuemmI roobvnmmmmiLvuamro~AubumhimI m 2eR'0.1,
p_pM1itl 1 Ei d II I.M o
~o'. m,,.;n,.-n ~LLO,x. ~i~~ ..,aa~,.e,h.<osci \
n aw ~
~ Par s 1 ,I1.1mf a x'i u.I,i "ItIl i i I _ ivi ' ,_,.,,e , .~,..nw,,,<o
j s o . i.I
eae aI)aIm..I .,u.1o,n bi l , e q hmnu'.n .a.a I I I S,drdflt ii snf iI . I, Int rzu.c" i i a ,L 'm ~,w- rica TiLlonli snIm
8 JI mA I ~I~M1~e fim¢ 1¢I emd¢eil"uliuai
p p ._I.I' F.d d VM1 M 11. 'II . .
ILL Peeryue an Lfq me. ! ~ 1' 1J J n a n 1 11,11 " ie. ]Te r, ILA b m oAl
:¢diucbd M1cCL{at b C.dnGi I,-1 rc
V I Q1 M1t'l ( I$ vl. F- I . d A p~
D ad ry fi e. 9'mm~ny -c dc ¢ A 1 o Icr v~tl T [ 1Wrvm
lOl f . p . . 1 1fdl F rtc
VL 1VI~lcr{ V -I l h II ..1 P 6!AC ' U.l
1 :1 M1 1 1 , uArtcCI> F l wanl +cib ➢s
1 \Dl
inn, I 1 I ,Jl p ~u.C10eitlf IrAm¢HaWn.
Pic jd.l III l - I b. v ancdwv . Iv Fu mu pn.l I<atisv nn Lci21L1L wA
npmtioml bFJ ulY }0, ]ll➢I w timcd o( Jh~ o3mz
AmmJmcnl No. l!o[ ABrem^mt No. A6LJN0
tDCLnICalSysaouloc.
Pago 2 nR
CITYOF At~
7RTTTl1~ll I\1 V T .:l,~, Peter B. Lewis, May
v
WASHINGTON 05WesIMaln5hael+AUbwnWA9lWI-d998~w~~ ~agov*R50931]I
vOt ~1'
'ri-F.
May 2], 2010
Gary Conley
Technical5ystems,lnc
2303 1 96tM1 SVee[ SW
Lynnwood,WA 98036
RE: AmendmeniNo.OnetoAgre menYforPmfessionalServices-AG-C-380
Pmlec[ No. CP1011, Support of SCADA, poweq phone Tacoma Pipeline 5 B lnertie
Oear Mr. Conley.
Endosetl please flnd an executed copy of Ihe above-referenced Amentlment No. One. TM1is
entlment amentls the scope of work to'mclutle tlesign apecifics for Installation of a new
water meter facillty antl PRV for a new wnnection between tM1e City of Tacoma supply pipe line
antl tM1e City of Aubum dishibution system, and Includes atlditional compensation In IM1e amount
af$24,985D0.
Porihe Ciry's tracking antl rewk keeping Purposes, please reference AG-C380 antl Projed
No. CP1011 on all correspontlence, antl relatetl material.
As IFe pmject mana9ep I am Ihe designated conlactfor this agreement antl all amendmen[s.
Questions, assignments antl coortlination shall be toutetl thmugh me. Vou can contact me at
253-804-5071.
inrely, j
I 5e
--lbert E Lee III
Project Engineer
Oepartmenl of Public Works
REUjallr
Encbsure
cc ~01011611f1e
Robert Lee, Pmject Engineer
AG-C380
cami i - z zo
AUBURN * MORI THAN YOU IMAGI