Loading...
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