Loading...
HomeMy WebLinkAboutAG-C-451 Parametrix, Incft 3, 1 U1` AGREEMENT FOR PROFESSIONAL SERVICES AG -C -451 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 Parametrix, Inc. whose address is 1019 39`h Avenue, SE, Ste. 100, Puyallup, WA 98374, 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 apart 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, 2015 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 $100,000.00. 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 -451 5/5/14 Page 1 of 11 The CONSULTANT shall be paid by the CITY for direct non -salary cost, per attached Exhibit B. 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 materials 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 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. 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, Agreement for Professional Services AG -C -451 5/5/14 Page 2 of 11 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 that are a result of the CONSULTANT's negligence. 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, except for injuries or damages caused by the sole negligence of the CITY. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULTANT and the City, its officers, officials, employees, and volunteers, the CONSULTANT 's liability hereunder shall be only to the extent of the CONSULTANT 's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51 Agreement for Professional Services AG -C -451 5/5/14 Page 3 of 11 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 CONTRACTORIASSIGNMENT. 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 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. Agreement for Professional Services AG -C -451 5/5/14 Page 4 of 11 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 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. 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. Agreement for Professional Services AG -C -451 5/5/14 Page 5 of 11 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. 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 Agreement for Professional Services AG -C -451 5/5/14 Page 6 of 11 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 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. Agreement for Professional Services AG -C -451 5/5/14 Page 7 of 11 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. 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. Agreement for Professional Services AG -C -451 5/5/14 Page 8 of 11 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 Mike 011ivant, 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 Attn: Jacob Sweeting 25 W Main Street Auburn WA 98001 Phone: 253.804.3118 Fax: 253. 931.3053 E -mail: jsweeting @auburnwa.gov Parametrix, Inc. Attn: Randy Raymond 1019 30' Avenue SE, Ste. 100 Puyallup, WA 98374 Phone: 253 - 604 -6600 Fax: 253 - 604 -6799 E -mail: rraymond @parametrix.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 Agreement for Professional Services AG -G -451 5/5/14 Page 9 of 11 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 -451 5/5/14 Page 10 of 11 ATTEST: Dani Ile E. Daskam, City Clerk APPROVED AS TO FORM: Agreement for Professional Services AG -C-451 5/5/14 Page 11 of 11 Nancy *EB3, ayor Date 19 2014 Parametrix, Inc. BY: 7�� t Y� Title: 50.,101 (��s� Federal Tax ID # 91- 0914810 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 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. Consultant Invoices Agreement No. AG -C -434 Page 1 of 2 City of Auburn 25 West Main Auburn WA 98001 Attn: Scott Nutter (Project Engineer) Agency Agreement #: AG -C -010 SAMPLE INVOICE Invoice #:5222 Progress Payment #: 2 Invoice Date: February 10, 2002 Project Name: Thomas Nelson Farm Project #: PR562 Engineering Services performed during the period of: January 2002 SAMPLE ENGINEERING, INC. Personnel Hours Hourly Rate Amount Mike Jones, Princi al in Char e 1 $ 125.00 $ Carla Maker, Architect 5 $ 72.00 7Amount $ Joe Smith, Word Processin 10 $ 48.00 $ Consultant Personnel Subtotal 10 $ $ Expenses see attached documentation Charges Multiplier Amount Mike Jones, Principal in Charge 20 miles x1.1 $ 7.59 Carla Maker, Architect $ 30.00 x1.1 $ 33.00 Joe Smith, Word Processing $ 29.00 x1.1 $ 31.90 Consultant Expenses Subtotal 10 $ $ 72.49 Consultant Total: SUB CONSULTANTS (see attached documentation) Subconsultant Hours Hourly Rate Amount ABC Environmental, Inc., Civil Engineer 10 $ 100.00 $ 1,000.00 Electrical Consulting, Electrical Engineer 5 $ 100.00 25% 500.00 Mechanical Solutions, Mechanical Engineer 10 $ 100.00 MRF 1,000.00 Movin :Com an , Moving Consultant 2 $ 50.00 $ 1,025.00 100.00 Subconsultant Subtotal $ 19,793.51 $ 2,600.00 Subtotal x 1.1 Multiplier $ 2,860.00 Subconsultant Total: TOTAL DUE THIS INVOICE CONTRACT BREAKDOWN $ 821.49 $ 2,860,00 $ 3,681.49 Task Amount Authorized Prior Invoiced This Invoice Total Invoiced To Date % Ex ended % Completed Amount Remaining 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 -434 Page 2 of 2 EXHIBIT A SCOPE OF WORK CITY OF AUBURN SCADA SYSTEM IMPROVEMENTS PROJECT ASSISTANCE PROJECT NUMBER C524A The City of Auburn (City) is nearing completion of its SCADA System Improvements Project. This project includes a Master Control Station, as well as panel improvements, programming and systems integration, and installation of radio communications at 41 remote sites for the City's water, sanitary sewer, and storm water systems. The following scope of work outlines the Consultant effort to provide technical assistance in evaluating substantial contract compliance for the closeout phase of the SCADA System Improvements Project. KEY ASSUMPTIONS The following assumptions apply to this entire Scope of Work. Any substantial deviations from these assumptions may require an amendment to the portion of the scope and budget that is impacted by changes: Consultant will provide consulting services only, including review of documentation and physical improvements developed for the SCADA System Improvements Project. Consultant is not a licensed electrician, and will not install or physically modify electrical equipment. If such electrical installations or modifications are deemed necessary, the City will provide qualified personnel to perform the work. This project includes review of documentation and physical improvements for a Master Control Station located at the City's Maintenance and Operations facility and a total of forty -one (41) remote sites as described in Appendix C, "Site Improvements Summary Sheet." The remote sites will include twenty (20) water sites, fourteen (14) sewer sites, and seven (7) storm sites. Consultant will be provided access to the City's project sites with reasonable (I week) notice. The City will make the appropriate Operations and Maintenance staff available to accompany Consultant staff on site visits. PHASES 1 THROUGH 3 The project will be broken into three phases to allow tracking by utility. The phases are: CTYOFAUBURv Scope of Work - SCADA Srven, /mprorements Project Assistance PHASE 1 — WATER PHASE 2 — SANITARY SEWER PHASE 3 — STORM The Tasks described below will be the same for each Phase. The budget is allocated approximately 50% to water sites and 25% each to sewer and storm sites. TASK 1 — PROJECT MANAGEMENT AND MEETINGS Task 1A —Project Management Objectives • Consultant will track the project schedule and budget, project quality assurance and control, and status of deliverables to ensure that the project is executed as expected by the City. • The primary objectives of this task will be as follows: > Develop and maintain project controls to track the scope of work, budget, and schedule. Conduct internal progress meetings to coordinate project issues. Coordinate with City staff to keep all parties updated on the progress of the project and proactively identify issues that need to be addressed. v Prepare monthly invoices and progress reports. Assumptions • The total duration of this project will be 8 months. Deliverables • Monthly progress reports to be submitted with project billings. Task 1 B — QAIQC Objectives • Perform Quality Assurance and Quality Control (QA /QC) review of deliverables. Assumptions • Internal QC review will be completed for each deliverable prior to delivery to the City. Deliverables • QC comments by Consultant reviewers are internal only and will be kept in the project files along with responses showing how those comments were addressed. Upon request, the Consultant shall provide QC comments to the City. C11 YOPAUBUwv Scope of Work - SCADA System Gnprorements h ojen Assistance 2 Task 1C — Meetings Objectives • Prepare for and attend coordination and progress meetings with the City, in addition to those indicated elsewhere in this scope of work. Assumptions • The budget estimate includes time for preparation and attendance of up to eight (8) meetings at the City, each 2 hours in duration, by up to two (2) Consultant staff over the course of the project. Deliverables • Meeting agendas and notes as applicable. TASK 2 — PROJECT ASSISTANCE Task 2A— Contract Document Review Objectives • Review available documentation of the SCADA System Improvements Project to develop a complete understanding of the Project • Documentation to be reviewed will include, but may not be limited to: n The final Agreement for services developed between the City and the consultant performing the SCADA System Improvements Project. Any and all approved Change Orders to the Agreement for services developed between the City and the consultant performing the SCADA System Improvements Project. > The "SCADA Preliminary Design Report" referenced in the scope of work for the SCADA System Improvements Project. All deliverable documents developed by the consultant performing the SCADA System Improvements Project as required in the scope of work, including, but not limited to: standardized specifications of the master control station; plan schematics; programming and transition plan for the water, sanitary sewer and storm drainage systems; final SCADA block diagram, bills of materials, functional descriptions, transition plan, site acceptance test procedures, application software design guide; finalized RTU platform report, radio path profiles, final communication system design tech memo, final remote site hardware design tech memo, final remote site programming guide, final remote site implementation plan, City procured hardware bill of materials, City supplied hardware interaction plan, shop drawings, record drawings, programming code in hard copy and native formats, and punch lists. Assumptions • The City will provide all available SCADA System Improvements Project deliverables in electronic format. The Consultant will provide a private ftp site for transfer of data. • Operations and Maintenance Manuals will be reviewed under a separate task. CITYOFAUBUR\' Scope of Work - SCADA System Iniprovemetus Project Assistmrce Deliverables • No deliverables are associated with this task. This documentation review will provide the foundation for the reviews to be performed under the other Tasks described in this scope of work. Task 2B — System Compliance Review Site Visits Objectives • Perform a site visit to review the hardware and physical installation at the Master Control Station for substantial compliance with the design documents. • Develop three generic Remote Site Checklists applicable to water, sanitary sewer, and storm sites for review of the remote sites. • Perform site visits to review the hardware and physical installation at each of the remote sites for substantial compliance with the design documents. This review will include a check of control strategy, verification that all input /output and control points are captured, and any outstanding punch list items identified for each site. Assumptions The budget estimate assumes one visit each to the Master Control Station located at the City's Maintenance and Operations facility, and visits to a total of forty -one (41) remote sites as described in Appendix C. Additional visits, if required, will be performed under Task 4 of this Scope of Work. • The budget estimate assumes a total of four (4) hours for the Master Control Station site visit and a total of two (2) hours per site visit for each of the remote sites. Deliverables Memorandum summarizing the Master Control Station site visit and identifying any recommended corrections to the Station. Completed Remote Site Checklist for each site, including specific comments and recommended corrections to each site. Task 2C — Operations and Maintenance Manual Review Objeetives Review the project Operations and Maintenance (O &M) Manual for completeness, technical accuracy, and pertinence. Part I of the O &M Manual will include the Master Control Station Hardware and Software Design to reflect as -built configuration of the Master Control Station; the Application Software Design Guide to reflect as -built system configuration; Operator Interface and Supervisory Control; Data Collection; Data Management and Reporting; and SCADA Master Control Station maintenance procedures. • Part 2 of the O &M Manual will include the site controls for each remote site, including as -built configuration; programmable logic controllers; lists of input and output assignments, data file CIYOFAUBUKV Scope of Work - SCADA System /mproremenls Projecl Assfslance structures used; internal data points; points used to communicate between PLCs and the operator interface; data collection segments; complete, fully annotated ladder logic diagrams including cross - reference listings; and PLC and instrumentation maintenance procedures. Assumptions • The City will provide both parts of the O &M manual in both electronic and hard copy (one copy) formats. • Site - specific O &M manual review will be coordinated with the site visits described in Task 2B. • Parametrix will perform initial review the O &M manuals and one subsequent review to verify that comments have been addressed. Further review, if required, will be performed under Task 4 of this Scope of Work. • Part 2 of the O &M manual will include a total of forty -one (41) remote sites. The budget estimate assumes an average of (1) hour of O &M Manual review per site. Deliverables • Written review comments. Task 2D — Programming Review Objeetives Review the Wonderware (including system logs), Historian, WIN911 Alarm, and Reporting software for the Master Control Station Site for substantial compliance with the design documents and to verify open programming architecture. Review the programming for the programmable logic controller (PLC), user interface (FIMI), and variable frequency drive(s) (VFD), as applicable, for each of the 41 remote sites. Review will include substantial compliance with the design documents and verification of open programming architecture. • Establish a redundancy protocol for loss of PLC control at each remote site. This protocol will include physical storage (i.e. USB key or SD card) of the current programming for each remote site at each site to allow restoration of the program if it is lost, as well as a central receptacle for current remote site programming., Assumptions The budget estimate assumes a total of forty(40) hours of programming review for the Master Control Station site and a total of two (2) hours of programming review for each of the 41 remote sites. Deliverables • Memorandum summarizing the Master Control Station programming review and identifying any recommended corrections. ClTYOFAUBURN' Scope of [Vork • SCADA System lmprm ements Aojeci Assistance CITY OF * * AUBURN Nancy Backus, Mayor WAS 11 ll NGTTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 3, 2015 Randy Raymond Parametrix, Inc. 1019 39'h Avenue SE Puyallup, WA 98374 RE: Amendment No. 1 to Agreement for Professional Services, AG-C-451 Project No. C524A, Scada System Improvements Dear Mr. Raymond: i Enclosed is an executed copy of the above-referenced Amendment No. 1. This amendment is for a time extension only. This amendment extends the term of the agreement to December 31, 2016. For the City's tracking and record keeping purposes, please reference AG-C-451 and Project No. C524A 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 253-804-3118. Sincerely Jac b Swee ing, P.E. Assistant City Engineer Community Development & Public Works Department JS/cw/as Enclosure cc: Dani Daskam, City Clerk (copy letter only) AG-C-451 C524A (2.20) AUBURN * MORE THAN YOU IMAGINED