HomeMy WebLinkAboutAG-C-424 Norton Corrosion Limited CITY OF + �,' -;� \�O Cl
Aff BU �1 TPeter B. Lewis, Mayor
WASHIINGGTTO�N 25 West Main Street * Auburn WA 98001-4998 * www.ouburnwo.gov * 253-931-3000
September 13, 2012 04T1, F
4�5&��9�
Phillip Goodwin `\ P/0
Norton Corrosion Limited
8820 222nd Street SE
Woodinville, WA 98077
RE. Agreement No. AG-C-424
Project No. CP1208, Sewer Pump Station Improvements
Contract Execution
Dear Mr Goodwin:
Enclosed please find an executed copy of the above-referenced Agreement. For the City's
tracking and record keeping purposes, please reference AG-C-424 and PROJECT No. CP1208
on all correspondence and related material.
We must receive the certificate(s) of insurance, evidencing your insurance coverage as
required per Section 8 before we can issue a Notice to Proceed. Please send the certificate(s)
to Amanda DeSilver, Contracts Administration Specialist, at the address listed at the top of this
letterhead.
As the project manager, I am the designated contact for this agreement and all amendments.
Questions, assignments and coordination shall be routed through me. You can contact me at
253-804-5059.
Sincerely,
Kim Truong
Project Manager
Public-Works Department
KT/ad/mh
Enclosure
cc: Dani Daskam, City Clerk (copy letter only)
AG-C-424
CP1208 (File 2.20)
AUBURN * MORE THAN YOU IMAGINED
AGREEMENT FOR PROFESSIONAL SERVICES
AG-C-424
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 Norton Corrosion Limited whose address is 8820 222nd Street SE,
i
Woodinville, WA 98077, hereinafter referred to as "CONSULTANT "
In consideration of the covenants and conditions of this Agreement, the parties
hereby agree as follows:
7 SCOPE OF WORK.
See Exhibit A, which is attached hereto and by this reference made a part of this
Agreement.
2. TERM.
i
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
D_ ecember 2012 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 CITY agrees to pay the CONSULTANT in accordance with the fee schedule
outlined in Exhibit A for work performed under this Agreement. Exhibit A is attached
-----------------------------------.--------------
Agreement for Professional Services AG-C-424
August 29, 2012
Page 1 of 12
i
i
hereto and by this reference made a part of this Agreement. The compensation for
i
design to be paid to the CONSULTANT shall not exceed $18,994 00 for the year 2012.
Compensation to be paid to the CONSULTANT for authorized work in succeeding years I
I
will be contingent upon availability of funds. The CONSULTANT will not undertake any
work or otherwise financially obligate the CITY in excess of said not-to-exceed amount
without a duly executed Addendum issued by the CITY The total compensation for this
agreement for 2012 and succeeding years if authorized shall not exceed $24,281.25.
The CONSULTANT shall be paid by the CITY for direct non-salary cost, per
attached Exhibit B, at the actual cost to the CONSULTANT 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, materials and supplies, and soil resistivity testing. 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
I
shall.be negotiated and approved by the CITY prior to any effort being expended on
such services.
I
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
Agreement for Professional services AG-6-424
August29, 2012
Page 2 of 12
I
i
permission for subcontracting shall create, between the CITY and subcontractor, any
contractor or any other relationship.
Compensation for any subconsultant work is included in Section 3 of this
Agreement and all reimbursable direct labor, overhead, direct non-salary costs and
fixed fee costs for the subconsultant shall be substantiated in the same manner as
outlined in Section 3. All subcontracts shall contain all applicable provisions of this
AGREEMENT f
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
i
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,
----------
Agreement for Professional Services AG-C-424
August 29, 2012
Page 3 of 12
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, i
except for injuries or damages caused by the sole negligence of the CITY It is further
specifically and expressly understood that the indemnification provided herein
constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51
RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement.
7. INDEPENDENT CONTRACTOR/ASSIGNMENT.
i
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
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 j
such insurance, or otherwise limit the City's recourse to any remedy available at law or
in equity
I
CONSULTANT shall obtain insurance of the types and in the amounts described
below-
------------ ---- --- — - --- - —
Agreement.for Professional Services AG-C-424
August 29, 2012
Page 4 of 12
a. Automobile Liability insurance covering all owned, non-awned, hired and j
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.
I
The CITY shall be included as an additional 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. If the consultant is a sole proprietor, the
parties agree that Industrial Insurance would be required if the
CONSULTANT had employees. However, the parties agree that a
CONSULTANT who has no employees would not be required to have
Worker's Compensation coverage.
d. Professional Liability insurance appropriate to the CONSULTANT'S
profession, with limits no less than $1,000,000 per claim and $1,000,000
policy aggregate limit.
—--------------------------------------_--------
Agreement for Professlonal Services AG-C-424
August 29, 2012
Page 5 of 12
i
The insurance policies are to contain, or be endorsed to contain, the following
provisions for Automobile Liability, Professional Liability, and Commercial General
Liability insurance:
a. The CONSULTANT'S insurance coverage shall be primary insurance as !
respects the CITY Any insurance, self insurance, or insurance pool
coverage maintained by the CITY shall be excess of the CONSULTANT'S
insurance and shall not contribute with it.
b The CONSULTANT'S insurance shall be endorsed to state that coverage
shall not be cancelled by either party, except after fortyfive (45) days prior
written notice has been given to the CITY by certified mail, return receipt j
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 J
current A.M. Best rating of not less than A-VII.
The CONSULTANT shall furnish the City with certificates of insurance and a i
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
i
Agreement for Professional Services AG-C-424
August 29,2012
Page 6 of 12
i
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.
10. OWNERSHIP OF RECORDS AND DOCUMENTS.
The CONSULTANT agrees that any and all drawings, computer discs,
i
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;
Agreement for Professional.Services AG-C-424
August 29,2012
Page 7 of 12
(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
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 j
to this proposal. j
12. TERMINATION OF AGREEMENT.
This Agreement may be terminated by either party upon twenty (20) days written
i
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
------------------------------------------------------
Agreement for Professional Services AG-C-424.
August 29,2012
Page 8 of 12
i
may have accumulated, prepared or obtained in performing this Agreement, whether
completed or in process.
I
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.
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
I
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
-----------------------------------------------
Agreement for Professional Services AG-C-424
August 29, 2012
Page 9 of 12
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
i
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 Philip Goodwin on behalf of the
CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of the CITY Any
written notices required by the terms of this Agreement shall be served on or mailed to
the following addresses:
City of Auburn Norton Corrosion Limited
Attn: Kim Truong Attn: Philip Goodwin
25 W Main Street 8820 222nd Street SE
Auburn WA 98001 Woodinville, WA 98077
Phone: 253.804 5059 Phone: 425.483.1616
Fax: 253.931.3053 Fax: 425.485.1754
E-mail: kbtruong(a.auburnwa.gov E-mail: paoodwin(a nortoncorrosion.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 I
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.
------------------------------------------------
Agreement for Professional Services AG-C-424
August 29, 2012
Page 10 of 12
I
I
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
I
this section of the Agreement.
13.11 This Agreement maybe 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 !
i
I
I
i
-----------------------------------------
Agreement for Professional Services AG-C-424
August29, 2012
Page 11 of 12
j
CIT OF
4 � I
Peter B. Lewis, Mayor
Date q�12� 12
ATTEST
Daniellrn, City Clerk
APPROV D AS TO FORM: j
i
Da el B, ei , Cit rney j
Nort n Corrosion Limited
BY•
Title:rt�
Federal Tax ID #
I
i
---------------------------------------------------
Agreement for Professional Services AG-C424
August 29, 2012
Page 12 of 12
EXHIBIT A
SCOPE OF WORK& FEE SCHEDULE
} NORTON CORROSION LIMITED 8820222nd Street Sr,Woodinville,WA 98077
L Phone(425)403-1616 • Fak(425)465-1754
e-mail: pgoodwln @noitonconosion.com
September 4,2012
I
Via entail:kbtnlona a auburnwa.aov Office: 253.904.5059
Ms.Kim Truong 1
City of Auburn i
Auburn,WA
Subject:CATHODIC PROTECTION ENGINEERING
CITY OF AUBURN-S1iWAGE LIFT STATIONS
Dear Kim:
Norton Corrosion Limited(NCL) welcomes the opportunity to pursue this design effort with the City of
Auburn and Jacobs Engineering to provide Cathodic Protection(CP)Engineering in support of upgrading
11 sewage lift stations.
Regarding the five sites that presently have galvanic CP systems installed,we understand that the City of
Auburn is requesting the following tasks to be accomplished by NCL.
• Specify the size,model and layout of the new impressed current system.
• Revise typical plan and elevation for CP system to suit site requirements.
• Supervise installation of new CP system.
• Post Installation Testing: Conduct potential measurements to verify adequacy of new CP system.
Adjust new rectifier as required. !
• At four sites not getting new S13 generators, Norton Corrosion will work with city and their
agents to revise existing one-linos and power plans to include new rectifier system, j
Tasks for five sites that currently have impressed current systems:
• NCL will determine how many additional anodes are required and where they should be installed.
• NCL will mark up existing site drawings for the new anodes.
• NCL will supervise installation and provide post installation testing i
i
In order to accomplish the above tasks, please consider the following proposed tasks (note that costs
below do not include any materials or constructions costs):
• Principal Engineer=$178.00
• Corrosion Engineer=$137.00
Item Quantity Description-NCL's Approach to Project Rate Ext.Rate
- - - Pre-Design Work --
1 8 his Onsite Kick off Meeting with NCL Principal and Corrosion $315.00 .$2,520.00
Engineer.Project and site review.Trip would also include the
collection of soil samples for resistivity testing(6 his onsite
and 21vs for nmb/domob)
2 4 bra Project Management $178.00 $712.00
3 10 bra NCL to review existing drawings,reports,technical $137.00 $1,370.00
information regarding subject structures.NCL requests any
drawings showingpiping,wiring etc.that is located around
Exhibit A
Agreement.No.AG-C.-424
Page 1 of 3
NORTON CORROSION LIMITED
CITY OF AUBURN-SEWAGE LIFT STATION UPGRADES
SEFrEMBER4,2012
PAGE 2 OF 3
subject structures.
4 11 lots Soil Resistivity Testing,I I samples from various site $63.00 $693.00
locations
5 6 his Provide Report with Pre-Design work Summary $137.00 $822.00
Total Cost-Pre-Design Work _ $6,117.00
Design and Specifications I"Submit61-30%
6 18 hrs Prepare Cathodic Protection specification:30%submittal $137.00 $2,466.00 j
(provided in Word 2007 format)
7 10 hrs Prepare Cost Estimate of materials,manpower,and $137.00 $1,370.00
installation support/assistance needs.NCL will provide this
information electronically Excel 2007 format.
8 12 hrs Prepare Design Drawings supporting design:30%submittal. $137.00 $1,644.00
NCL will provide 3 hardeopy sets and electronically in a PDF
format.
9 4 hrs Principal Review-30%Submittal $178.00 $712.00
10 8 lirs Deliver 30%Design Submittal Report $137.00 $1,096.00
Total Cost-1st Submittal $7,288.00_
Design and Specifications 2nd Submittal-60%
11 4 hrs Prepare Cathodic Protection specifleation:60%submittal $137.00 $548.00
(provided in Word 2009 format)
12 3 lms Prepare Cost Estimate of materials,manpower,and $137.00 $411.00
installation suppotttassistance needy.NCL will provide this
information electronically Excel 2007 format. I
13 3 hrs Prepare Design Drawings supporting design.-60%submittal $137.00 $411.00
NCL will provide 3 hardeopy sets and electronically in a PDF
format.
14 2 hrs Principal Review-60%Submittal $178.00 $356.00
15 3 hrs _Deliver 60%Design Submittal Report $137.00 $411.00 i
Total Cost-2nd Submittal $2,137.00
Design and Suecificetions Final Submittal
16 4 his Final Cathodic Protection specification See Line 20 $137.00 $548.00
17 6 hrs Final Cost Estimate of materials,manpower,and installation $137.00 $822.00
support/assistance needs. See line 20 j
18 6 hrs Prepare Design Drawings supporting design See line 20 $137.00 $822.00
19 4 bra Principal Review $178.00 $712.00
20 Final Bid Ready Documents to include the following:
1. Drawings:Will be provided in AutoCAD 2009 Format
and will include extemal reference files bound to the
drawing files,custom fonts and plot settings.
2. Drawings:One set of 4 mil cold rolled Mylar drawings of ;
all sheets that are to be part of construction set of
drawings,Drawings to provide with Engineers stamp and
signature.
3. Specifications:Specifications to be provided in Word
2007 with merge field links intact and the data file
complete.
4. Cathodic Protection Installation&Materials Estimate:
Tiro final bid estimate to be provided signed and stamped
Exhibit A
Agreement No.AG-CA24
Page 2 of 3
NORTON CORROSION LIMITED j
CITY OP AuauRN-SEivAGE UPT STATION UPGRAXS
SEPTEwcR4,2012
PAGE3or•3
by an engineer.Estimate to be provided with sufficient
backup information substantiate the lump sum including
nonstandard items.Estimate to be provided electronically
in Excel 2007
21 4 his Final Submittal Report $137.00 $548.00
Total Cost-Final Submittal $3,452.00
Total Cost Tor Design Work $18,994.00
Construction Supeivision and Post Install Testing
(if requested)
22 I lot Construction Supervision by NACE certified personnel(3 $2,790.25
days cusite plus expenses)
23 1 lot Post Installation Testing by NACE certified Corrosion $2,497.00
Engineer (2 days on site plus expense)
Total For-Construction Supervision&Post Install $5,287.25
Testing
i
I
i
i
Exhibit A
Agreernent No. AG-C-424
Page 3 of 3
EXHIBIT B
DIRECT NON-SALARY REIMBURSABLE EXPENSES
• Outside Reproduction Fees
• Courier Fees
• Materials and Supplies
• Mileage at $0.55 1mile or the current approved IRS rate.
• Soil Resistivity Testing
i
I
Subcontracts: The CONSULTANT, at the CITY'S request shall enter into subcontracts
with other consultants, such as appraisers and/or environmental consultants, etc. If
approved, the CITY shall reimburse the CONSULTANT for the actual cost of the
subcontracts.
I
I
i
'i
Exhibit B
Agreement No.A&C-424
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 proof) along with type of work done(i.e. design,
right-of-way, or construction) or task order number
• Direct salary (base salaries)
• Indirect salary (benefits)
• Direct non-salary(i.e. mileage, reproduction fees (i.e. printing, copying), communication
fees (i.e. telephone), supplies, computer charges, subconsultants), indirect non-salary
(overhead). The CITY does not pay for CONSULTANT meals unless part of a task requires i
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 15th
• For grant/special funded projects there might be other special information needed, reference
the LAG manual.
i
Consultant Invoices
Agreement No.AG-C-424
Page 1 of 2
Z 1 Z abed
7Z7-3-E)V'ON lu9w98J6V
saoionul;uellnsuoa
-00'000'Z$
;o;unowe 041 ul)Ise;aaaul6u3 IeoluegoaW ao; 10106!6 uo jaW;o uopezpoq;ne uaglinn a panlaoaa ,
I pund anaaseN;uawa6eueW_3aW .a o
r
69'£61`66 $
$
1
67'90L'7 $
67'789£ $
.00'9Z0`.6 $
00'009`7Z_$
1V101
00,009,L
%57
%07
00:0000,E
00,000,L - -
00'0
00,009,Z
.321W
L9,en 81 $
%9Z
%OZ
67'901 E $
67'189 Z $
00'9ZO L $
00000 ZZ$
loel;uoa
leulBpo
ululewaa
lunowV
pa;al woo
%
papue x3
%
a;ea of
p9010AUI Je;01
aoionul sty!
paolonui Loud
pazuoylny
lunowV
xsel
_,._..-._.._..-___.._.._.._.._.._.---.----.._.._.._.._..-.._
6ti'689'£ $
00`098'Z $
rvnnvurvnau i✓valnv:j
- -- ---------..------.._..--- ----._.._.._.._..--- -- - -
3310ANI SIH13na 1H101
:le;ol;ue;InsuoognS
00,098,z
$
1
1 le;o;qnS sasua x3;ue;Insuoa
061£ $
aall l;InW 6'6 x Ie7olgnS
00'0097
$
00'EE $
L'LX
00,0E $
pqo;gnS;ue;lnsuosgnS
00'001
VP
00.09
$
Z
;ue;lnsuoa bUIAOV4'AUPCIWO3 DUIAOIN
00,0001
d2iW
00'001
$
O6
I aaul u31eglueygaW suognjgS jepiuP409A
00'009
-00,00E
$
5-
Jaaul. u3.hlgoal3 uglnsuoa leou;o913
00,000,E
$
00'001
$
%
Jaaul u3.1!AIa ,'oul le;uawualnu3 08V
;unowy
aleb lin
sinOH
;ue;lnsuoogng
6ti'6Z8 $
(uol;ei6awnoop pagoem aas)S1NV1lf1SNOD ans
:19401 44e41nsuo0
67'91 $
1
1 le;o;qnS sasua x3;ue;Insuoa
061£ $
-- V
00'62 $
uissaoad pJoM'y;lwS aop
00'EE $
L'LX
00,0E $
loalmoiy 4ameW e1je0.
691 $
VP
sallw OZ
a-Jeya ui le_lpuud 'sauo0 BUI
;unowy
jail l;1nW
sa aeya
uogeluawnoop pagoe;;e aas sasua x3
00'641. $
leio;gng_lauu_osaad;ue;lnsuoa
00'084 $
00'97 $
OE
ljulss80Old paoM'y;lws sop
001711 $
0071 $
9-
1091HO y 19WIN euea
00'9ZL $
00'SA $
L
a aeya ui le ioupd sauop amN
;unowy
a;eM IinOH
sanOH
IauuosJsd
'ONI'DNIa33NIJN3 3'idWVS
ZOOZ Aienuer :lo pouad ayl 6uianp pewjoped soolnaag 6uuaauft:4
Z99ad •#Ioalad OLO-O-OJV•4;uatuaaa6V Aoua6V
waed uoslaN sewoyl :aweN;oa(old (Ja9ul6u3;o9fad)jal;nN};boS :ullV
ZOOZ 'O1. tienjged :a;ea e61onu1 10086 VM umgnV
Z #;uauaAed ssea6wd uleW;saM 5Z
ZZZS •#901onul umgny;o/ilia
3310ANI 3ldWVS
CITY OF * ** . Lo 9
AUBV
IR Peter B. Lewis, Mayor
WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gav * 253-931-3000
September 13, 2012 C/��ry,F
C
Phillip Goodwin 17
Norton Corrosion Limited
8820 222nd Street SE
Woodinville, WA 98077
RE: Agreement No. AG-C-424
Project No. CP1208, Sewer Pump Station Improvements
Contract Execution
Dear Mr. Goodwin:
Enclosed please find an executed copy of the above-referenced Agreement. For the City's
tracking and record keeping purposes, please reference AG-C-424 and PROJECT No. CP1208
on all correspondence and related material.
We must receive the certificate(s) of insurance, evidencing your insurance coverage as
required per Section 8 before we can issue a Notice to Proceed. Please send the certificate(s)
to Amanda DeSilver, Contracts Administration Specialist, at the address listed at the top of this
letterhead.
As the project manager, I am the designated contact for this agreement and all amendments.
Questions, assignments and coordination shall be routed through me. You can contact me at
253-804-5059.
Sincerely,
Kim Truong
Project Manager
Public Works Department
KT/ad/mh
Enclosure
cc: Dani Daskam, City Clerk (copy letter only)
AG-C-424
CP1208 (File 2.20)
AUBURN * MORE THAN YOU IMAGINED
9
CITY 01:
*AD-B �
� Peter B. Lewis, Mayor
WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931 3000
September 19, 2012
Phillip Goodwin
Norton Corrosion Limited
8820222 Id Street SE
Woodinville, WA 98077
RE. Agreement No. AG-C-424
Project No. CP1208, Sewer Pump Station Improvements
Notice to Proceed
Dear Mr Goodwin:
This letter serves as your formal Notice to Proceed in accordance with Section 8 of Agreement
AG-C-424
As the project manager, I am the designated contact for this agreement and all amendments.
Questions, assignments and coordination shall be routed through me. You can contact me at
253-804-5059.
Sincerely,
Kim Truong
Project Manager
Public Works Department
KT/ad/mh
cc: Dani Daskam, City Clerk
AG-C-424
CP1208 (File 2.20)
AUBURN * MORE THAN YOU IMAGINED
AMENDMENT #1 TO AGREEMENT NO. AG-C-424 BETWEEN
THE CITY OF AUBURN AND NORTON CORROSION LTD
RELATING TO PROJECT NO CP1208, SEWER PUMP STATION IMPROVEMENTS
THIS AMENDMENT is made and entered into this \r� day of 2012, by
and between the CITY OF AUBURN, a municipal corporation of the State of Washington
(hereinafter referred to as the "CITY"), and Norton Corrosion Ltd (hereinafter referred to as the
"CONSULTANT'), as an Amendment to the Agreement between the parties for AG-C-424
executed on the 12th day of September, 2012.
The changes to the agreement are described as follows:
1 CONTRACT TERM: The term of the Agreement for Professional Services is extended to
December 31, 2013.
2. SCOPE OF WORK. There is no change in the scope of work.
3. COMPENSATION: There is no change to the amount authorized in the original agreement.
REMAINING TERMS UNCHANGED, That all other provisions of the Agreement between
the parties for AG-C-424 executed on the 12th day of September, 2012 shall remain
unchanged, and in full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day
and year first above written.
N T N CORROSION, LTD C OF AUBU
i
B :
Au orized signature Pete\B.erewis, Mayor
ATTEST (Optional)- ATTEST
By _C1—
Its: Danielle E. Daskam, Auburn City Clerk
Approved as to form (Optional): Approd d as to form:
Attorney for (Other Party) 5aniel B. 1-16 , Auburn Cit Attorney
1
Amendment No. 1 for Agreement No. AG-C-424
Norton Corrosion Ltd
Page 1 of 1
A
AMENDMENT #2 TO AGREEMENT NO. AG -C -424 BETWEEN
THE CITY OF AUBURN AND NORTON CORROSION LTD
RELATING TO PROJECT NO. CP1208, SEWER PUMP STATION IMPROVE MENTS
THIS AMENDMENT is made and entered into this day of �!'la 4,/2013, by
and between the CITY OF AUBURN, a municipal corporation of the State of Washington
(hereinafter referred to as the "CITY "), and Norton Corrosion Ltd (hereinafter referred to as the
"CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C -424
executed on the 12th day of September, 2012 and amended by agreement dated the 19th day
of November, 2012:
The changes to the agreement are described as follows:
1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to
December 31, 2014.
2. SCOPE OF WORK. There is no change in the scope of work.
3. COMPENSATION: There is no change to the amount authorized in the original agreement.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between
the parties for AG -C -424 executed on the 12th day of September, 2012 shall remain
unchanged, and in full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day
and year first above written.
NOT CORROSION, LTD CITY F A UR
By.
Autho zed signature Peter B. Lewis, Mayor
ATTEST (Optional): ATTEST.
By: .&I eQ2 f,�a�lj
Its: Danielle E. Daskam, Auburn City Clerk
Approved as to form (Optional): Approved as to form:
Attorney for (Other Party) Daniel B. Heid, uburn ity Attor
Amendment No. 2 for Agreement No. AG -C -424
Norton Corrosion Ltd
Pace 1 of 1
CITY OF
AUBURN*
Peter B. Lewis, Mayor
1
WAS H I NGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931 4000
December 13, 2013
Phillip Goodwin
Norton Corrosion Limited
8820 222nd Street SE
Woodinville, WA 98077
RE: Amendment No. 2 to Agreement for Professional Services, AG-C-424
Project No. CP1208, Sewer Pump Station Improvements
Dear Mr. Goodwin:
Enclosed please find an executed copy of the above-referenced Amendment No. 2. This
amendment is for a time extension only. This amendment extends the term of the
agreement to December 31, 2014.
For the City's tracking and record keeping purposes, please reference AG-C-424 and
Project No. CP1208 on all correspondence and related material.
As the project manager, I am the designated contact for this agreement and all
amendments. Questions, assignments and coordination shall be routed through me.
You can contact me at 253-804-5059.
Sincerely,
Kim Truong
Project Engineer
Community Development & Public Works Department
KT/ad/jc
Enclosure
cc: Dani Daskam, City Clerk (copy letter only)
AG-C-424
CP1208 File (2.20)
AUBURN * MORE TI-IAN YOU IMAGINED
AMENDMENT #3 TO AGREEMENT NO. AG -C -424 BETWEEN
THE CITY OF AUBURN AND NORTON CORROSION LTD
RELATING TO PROJECT NO. CP1208, SEWER PUMP STATION IMPROVEMENTS
THIS AMENDMENT is made and entered into this 9 -9—ca day of D'-�1 t) i 2014, by
and between the CITY OF AUBURN, a municipal corporation of the State of Washington
(hereinafter referred to as the "CITY"), and Norton Corrosion Ltd (hereinafter referred to as the
"CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C-424
executed on the 12th day of September, 2012 and amended by agreements dated the 19th day
of November, 2012 and the 61" day of December, 2013;
The changes to the agreement are described as follows:
1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to
December 31. 2015.
2. SCOPE OF WORK: There is no change in the scope of work.
3. COMPENSATION: The amount of this amendment is $4,000.00. The total contract amount
is increased to a $22,994.00.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between
the parties for AG -C -424 executed on the 12th day of September, 2012 shall remain
unchanged, and in full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day
and year first above written.
NORTON CORROSION, LTD CITY OF AUBURN
Bye
Authorized signature r4ancy BacIll Mayor
ATTEST (Optional): ATTEST:
By: x
Its. Danielle E. Daskam, Auburn City Clerk
Approved as to form (Optional): Appr as t r
Attorney for (Other Party) bAiel B. Hei uburn titj-Alorney
Amendment No. 3 for Agreement No. AG -C -424
Norton Corrosion Ltd
Page 1 of 1
A-GB CITY OF
L) Nancy Backus, Mayor
WASHINGTON '� .J GT�I 25 West Main Street* Auburn WA 98001 -4998 * www.auburnwa.gov * 253 -931 -3000
December 23, 2014
Phillip Goodwin
Norton Corrosion Limited
8820222 nd Street SE
Woodinville, WA 98077
RE: Amendment No. 3 to Agreement for Professional Services, AG -C -424
Project No. CP1208, Sewer Pump Station Improvements
Dear Mr. Goodwin:
Enclosed please find an executed copy of the above - referenced Amendment No. 3. This
amendment is for a time extension only. This amendment extends the term of the
agreement to December 31, 2015.
For the City's tracking and record keeping purposes, please reference AG -C -424 and
Project Number CP1208 on all correspondence and related material.
As the project manager, I am the designated contact for this agreement and all
amendments. Questions, assignments and coordination shall be routed through me.
You can contact me at 253 - 804 -5061
Sincerely,
Joel Chalmers, P.E.
Project Engineer
Community Development & Public Works Department
ad /mt
Enclosure
cc: Dani Daskam, City Clerk (copy letter only)
AG -C -424
CP1208 File (2.20)
AUBURN* MORE THAN YOU IMAGINED
AMENDMENT #3 TO AGREEMENT NO. AG -C -424 BETWEEN
THE CITY OF AUBURN AND NORTON CORROSION LTD
RELATING TO PROJECT NO. CP1208, SEWER PUMP STATION IMPROVEMENTS
THIS AMENDMENT is made and entered into this Ord day of De(- mkl , 2014, by
and between the CITY OF AUBURN, a municipal corporation of the State of Washington
(hereinafter referred to as the "CITY"), and Norton Corrosion Ltd (hereinafter referred to as the
"CONSULTANT'), as an Amendment to the Agreement between the parties for AG -C -424
executed on the 12th day of September, 2012 and amended by agreements dated the 19th day
of November, 2012 and the 6`h day of December, 2013;
The changes to the agreement are described as follows
1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to
December 31, 2015.
2. SCOPE OF WORK: There is no change in the scope of work.
3. COMPENSATION: The amount of this amendment is $4,000.00. The total contract amount
is increased to a $22,994.00.
REMAINING TERMS UNCHANGED: That all other provisions of the Agreement between
the parties for AG -C -424 executed on the 12th day of September, 2012 shall remain
unchanged, and in full force and effect.
IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the day
and year first above written.
NORTON CORROSION, LTD
CITY OF AUBURN
By:
Authored signature
Nancy Back' . Mayor
ATTEST (Optional):
ATTEST:
By:
z4
Its:
Danielle E. Daskam, Auburn City Clerk
Approved as to form (Optional):
Appr ed as m:
Faniel B. Heicl Au n City Attorney
Attorney for (Other Party)
Amendment No. 3 for Agreement No. AG -C -424
Norton Corrosion Ltd
Pape 1 of 1
CITY OF
AuBuRN
Nancy Backus,Mayor
WASH WASHINGTON
25 West Main Street* Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000
November 25, 2015
Phillip Goodwin
Norton Corrosion Limited
8820 222nd Street SE
Woodinville, WA 98077
RE: Agreement for Professional Services, AG-C-424
Project No. CP1208, Sewer Pump Station Improvements
Dear Mr. Goodwin:
This letter is to inform you that the above-referenced Agreement for Professional
Services is being closed at this time. Our records indicate that we processed the final
payment for this agreement on November 4, 2015 for invoice #251007 in the amount of
$1,752.85. If you feel that this Agreement for Professional Services should not be
closed, or if there are any outstanding invoices, please inform me by December 11,
2015.
•
Thank you for your firm's professional services in work related to the Sewer Pump
Station Improvements project. If you should have any questions, feel free to give me a
call at 253.804.5063.
Sincerely, r
Joel Chalmers
Project Engineer
Community Development & Public Works Department
JC/ja/mm
cc: City Clerk
AG-C-424
CP1208 5.20
AUBURN * MORE THAN YOU IMAGINED
CITY OF * *
AT T13T J? �T Nancy Backus, Mayor
wWAS H I NGTON 25 West Main Street * Auburn WA 98001-4998 *www.auburnwa.gov * 253-931-3000
November 25, 2015
Phillip Goodwin
Norton Corrosion Limited
8820 222nd Street SE
Woodinville, WA 98077
RE: Agreement for Professional Services, AG-C-424
Project No. CP1208, Sewer Pump Station Improvements
Dear Mr. Goodwin:
This letter is to inform you that the above-referenced Agreement for Professional
Services is being closed at this time. Our records indicate that we processed the final
payment for this agreement on November 4, 2015 for invoice #251007 in the amount of
$1,752.85. If you feel that this Agreement for Professional Services should not be
• closed, or if there are any outstanding invoices, please inform me by December 11,
2015.
• Thank you for your firm's professional services in work related to the Sewer Pump
Station Improvements project. If you should have any questions, feel free to give me a
call at 253.804.5063.
Sincerely,
Joel Ch'hlmers
Project Engineer
Community Development & Public Works Department
JC/ja/mm
cc: City Clerk
AG-C-424
CP1208 5.20
AUBURN * MORE THAN YOU IMAGINED