Loading...
HomeMy WebLinkAboutAG-C-519 with Echologics LLC - Pipeline Inspections Services Relating to CP1934 CITY OF ,1111- 11Lt Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 December 17, 2019 Eric Stacey Echologics, LLC 21 Randolph Avenue, Suite 301 Toronto, Ontario, M6P 4G4 CANADA RE: Agreement No. AG-C-519 Project No. CP1934, Pipeline Condition Assessment Agreement Execution and Notice to Proceed Dear Mr. Stacey: Enclosed please find an executed copy of the above-referenced Agreement. This letter serves as your Notice to Proceed. The work authorized under this agreement shall not exceed $81,846.50 including a management reserve fund of $5,000.00 and has a completion date of July 31, 2020. For the City's tracking and record keeping purposes, please reference AG-C-519 and Project No. CP1934 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, dk4 Susan Fenhaus, P.E. Water Utility Engineer Public Works Department SF/ad/as Enclosure cc: Shawn Campbell, City Clerk AG-C-519 ENG-170,Revised 12/18 AUBURN * MOEZE THAN YOU IMAGINED AGREEMENT FOR PROFESSIONAL SERVICES AG-C-519 THIS AGREEMENT made and entered into by and between the CITY OF AUBURN, a Washington Municipal Corporation ("CITY") and ECHOLOGICS LLC whose address is 21 Randolph avenue, Suite 301, Toronto, Ontario, M6P 4G4, ("PROVIDER.") In consideration of the covenants and conditions of this Agreement, the parties agree as follows: 1. SCOPE OF WORK. See Exhibit A. 2. TERM. The PROVIDER shall not begin any work under this Agreement until authorized in writing by the CITY. All work under this Agreement shall be completed by July 31, 2020 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 PROVIDER, but may be extended by the CITY in the event of a delay attributable to the CITY, or because of unavoidable delays caused by conditions beyond the control of the PROVIDER. A supplemental Agreement to extend the established completion time must be signed before original completion date. 3. COMPENSATION. The total compensation for this Agreement shall not exceed $81,846.50, which includes a Management Reserve Fund amount of$5,000.00. Expenditure of Management Reserve Funds must be authorized by the CITY as set forth in Section 4 of this Agreement for Professional Services AG-C-519 ENG-181, Revised 02/19 November 27, 2019 Page 1 of 11 Agreement Invoices will be paid based on the rates in the fee schedule included in Exhibit A. If services are required beyond those specified in the Scope of Work, and not included in the compensation listed in this Agreement, a contract modification must be negotiated and approved by the CITY prior to any effort being expended on those services 4. MANAGEMENT RESERVE FUND. The Management Reserve Fund established in Section 3 of this Agreement, if any, has been established to provide flexibility of authorizing additional funds to the Agreement for allowable unforeseen costs, or reimbursing the PROVIDER for additional work beyond that already defined in this Agreement. Such authorization(s) shall be in writing, prior to the PROVIDER expending any effort on such services and shall not exceed the amount established in Section 3 of this Agreement. 5. SUBCONTRACTING. The PROVIDER 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 subPROVIDER 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 subPROVIDER shall be substantiated in the same manner as outlined in Section 3. All subcontracts shall contain all applicable provisions of this AGREEMENT. 6. RESPONSIBILITY OF PROVIDER. Agreement for Professional Services AG-C-519 ENG-181, Revised 02/19 November 27, 2019 Page 2 of 11 The PROVIDER is 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 PROVIDER under this Agreement. The PROVIDER shall, without additional compensation, correct or revise any negligent errors, omissions or other deficiencies in its plans, designs, drawings, specifications, reports and other services required. The PROVIDER shall perform its services to conform to generally-accepted professional standards and the requirements of the CITY. Any approval by the CITY under this Agreement shall not in any way relieve the PROVIDER of responsibility for the technical accuracy and adequacy of its services. Except as otherwise provided in this Agreement, 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. 7. INDEMNIFICATION/HOLD HARMLESS. The PROVIDER 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 PROVIDER 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 PROVIDER and the City, its officers, officials, employees, and volunteers, the Agreement for Professional Services AG-C-519 ENG-181, Revised 02/19 November 27, 2019 Page 3 of 11 PROVIDER's liability, including the duty and cost to defend, under this Agreement shall be only to the extent of the PROVIDER's negligence. The PROVIDER specifically and expressly agrees that this indemnification includes the PROVIDER'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. 8. INDEPENDENT CONTRACTOR/ASSIGNMENT. The parties agree and understand that the PROVIDER 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 in this Agreement. The parties agree that this Agreement may not be assigned in whole or in part without the written consent of the CITY. 9. INSURANCE. PROVIDER shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons or damage to property that may arise from or in connection with the performance of the work hereunder by the PROVIDER, its agents, representatives, or employees. PROVIDER'S maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the PROVIDER to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. PROVIDER 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 Agreement for Professional Services AG-C-519 ENG-181, Revised 02/19 November 27, 2019 Page 4 of 11 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 included as an additional insured under the PROVIDER'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 PROVIDER is a sole proprietor, the parties agree that Industrial Insurance would be required if the PROVIDER had employees. However, the parties agree that a PROVIDER who has no employees would not be required to have Worker's Compensation coverage. d. Professional Liability insurance appropriate to the PROVIDER'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: a. The PROVIDER'S Automobile Liability and Commercial General Liability insurance coverage shall be primary insurance as respects the CITY. Any insurance, self- insurance, or insurance pool coverage maintained by the Agreement for Professional Services AG-C-519 ENG-181, Revised 02/19 November 27, 2019 Page 5 of 11 CITY shall be excess of the PROVIDER'S insurance and shall not contribute with it. b. The PROVIDER shall provide the Public Entity with written notice of any policy cancellation within two business days of their receipt of such notice. 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 PROVIDER 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 PROVIDER has fully complied with this section. Failure on the part of the PROVIDER to maintain the insurance as required shall constitute a material breach of contract. The. CITY may, after giving five business days' notice to the PROVIDER to correct the breach, immediately terminate the contract or, at its discretion, procure or renew insurance and pay any and all premiums for that insurance. If the PROVIDER does not repay the premiums on request of the CITY, the CITY will offset those costs against funds due the PROVIDER from the CITY. If the PROVIDER maintains higher insurance limits than the minimums shown above, the CITY shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the PROVIDER, irrespective of whether such limits maintained by the PROVIDER are greater than those required by this contract or Agreement for Professional Services AG-C-519 ENG-181, Revised 02/19 November 27, 2019 Page 6 of 11 whether any certificate of insurance furnished to the CITY evidences limits of liability lower than those maintained by the PROVIDER. 10. NONDISCRIMINATION. The PROVIDER will 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, sexual orientation, age, or where there is the presence of any sensory, mental or physical handicap. 11. OWNERSHIP OF RECORDS AND DOCUMENTS. The PROVIDER agrees that all drawings, computer discs, documents, records, books, specifications, reports, estimates, summaries and such other information and materials as the PROVIDER may have accumulated, prepared or obtained as part of providing services under the terms of this Agreement by the PROVIDER, shall belong to and shall remain the property of the CITY OF AUBURN. In addition, the PROVIDER 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 PROVIDER shall allow the CITY to inspect all documents held by the PROVIDER and relating to this Agreement upon good cause at any reasonable time within the six (6) year period. The PROVIDER 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. 12. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS. Agreement for Professional Services AG-C-519 ENG-181, Revised 02/19 November 27, 2019 Page 7of11 The PROVIDER 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 the effective date of this Agreement 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 the effective date of this Agreement had one or more public transactions (federal, state, or local) terminated for cause or default. 13. TERMINATION OF AGREEMENT. This Agreement may be terminated by either party on twenty (20) days written notice to the other party. In the event of termination due to the fault of other(s) than the PROVIDER, the PROVIDER shall be paid by the CITY for services performed to the date of termination. Agreement for Professional Services AG-C-519 ENG-181, Revised 02/19 November 27, 2019 Page 8 of 11 Upon receipt of a termination notice under the above paragraph, the PROVIDER 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 PROVIDER may have accumulated, prepared or obtained in performing this Agreement, whether completed or in process. 14. GENERAL PROVISIONS. 14.1. 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. 14.2. All claims, disputes and other matters in question arising out of, or relating to, this Agreement, except with respect to claims which have been waived, will be decided by a court of competent jurisdiction in King County, Washington. 14.3. If any dispute or conflict arises between the parties while this Agreement is in effect, the PROVIDER agrees that, notwithstanding such dispute or conflict, the PROVIDER shall continue to make a good faith effort to cooperate and continue work toward successful completion of assigned duties and responsibilities. 14.4. The CITY and the PROVIDER 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. 14.5. This Agreement represents the entire and integrated Agreement between the CITY and the PROVIDER 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 PROVIDER. 14.6. All costs of enforcement, including reasonable attorney's fees, expenses and court costs shall be paid to the substantially prevailing party. Agreement for Professional Services AG-C-519 ENG-181, Revised 02/19 November 27, 2019 Page 9 of 11 14.7. The PROVIDER agrees to comply with all local, state and federal laws applicable to its performance as of the date of this Agreement. 14.8. If any provision of this Agreement is invalid or unenforceable, the remaining provisions shall remain in force and effect. 14.9. This Agreement shall be administered by Eric Stacey on behalf of the PROVIDER, 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 Echologics, LLC Attn: Susan Fenhaus Attn: Eric Stacey 25 W Main Street 21 Randolph Avenue, Suite 301 Auburn WA 98001 Toronto, Ontario, M6P 4G4 Phone: 253-804-5061 Phone: 416-534-5893 E-mail: sfenhaus@auburnwa.gov E-mail: estacey@muellerwp.com 14.10. All notices or communications permitted or required to be given under this Agreement shall be in writing and shall be delivered in person or sent by regular United States mail, postage prepaid. Any party may change their address by giving notice in writing to any other party. 14.11. 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-519 ENG-181, Revised 02/19 November 27, 2019 Page 10 of 11 CITY OF AUBURN ancy Bail i-, Mayor Date 1 2.% APPROVED AS TO FORM: ..\40 Steve Gross, City Attorney ECHOLOGICS LLC BY: Title: Vice.Pres;c{env cuc. Gekerc( Al44. er- Federal Tax ID # 22211 Agreement for Professional Services AG-C-519 ENG-181, Revised 02/19 November 27, 2019 Page 11 of 11 PROVIDER INVOICES PROVIDER invoices should contain the following information: • On PROVIDER 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. • PROVIDER Agreement# (i.e.: AG-C-519). • Project number(s) listed (i.e.: CP1934). • CITY'S project manager listed. • 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. PROVIDER Invoices Agreement No. AG-C-519 Page 1 of 1 EXHIBIT A MUELLER Proposal:42219206 City of Auburn,WA Echologics,LLC("Echologics")is pleased to present this proposal for pipeline inspection services.It can be accepted by signing the last page,or referred to by proposal number in a purchase order or work order. Proposal No. 42219206 Date: 11/01/2019 Valid for. 60 days Provided to: City of Auburn,WA Pipeline Owner Invoicing Monthly for work Payment Terms: Net 30 days Currency. USD completed 1.SCOPE OF WORK Echologics shall provide pipeline inspection services where feasible as per the table below,or as otherwise directed by the City of Auburn,WA.The City agrees to pay the unit rates indicated in the Pricing section for the quantities provided by Echologics,up to the Project Total.Work shall be completed according to Echologics'standard method statements(available upon request), subject to the standard terms and conditions herein Pipeline Length EchoWave ePulse(wall ePulse(wall EchoLife (Feet) (leakage) stiffness) thickness) (service life) <16"CI Pipe 4,490 X >= 16"CI Pipe 8,240 X For lengths of pipe greater than 700 feet Echologics recommends installing pothole excavation access points to the water main. • Based on the initial review of the GIS maps shared,Echologics has estimated that the City of Auburn will need to install 3 potholes. Echologics can share standard diagrams of pothole excavations and mapping of the suggested pothole excavation locations under separate cover. 2. PRELIMINARY SCHEDULE&DESIGNATION OF RESPONSIBILMES Project Component Timing Responsibility Invoicing upon completion Site visit(if applicable) 4 weeks prior Joint Site visit amount Survey date confirmation 3 weeks prior Client Permits&pipe locations ready 1 week prior Client Potholes-Access points ready 1 day prior Client Field testing 1 week Echologics 70%of distance tested(monthly) Traffic control as needed 1 week Client Data analysis&draft report 6 weeks after Echologics _ 20%of Field Testing Fees for Draft Report Final Report 4 weeks after Echologics 10%of Field Testing Fees for Final Report ECHOLOGICS. MUELLER brand 1 MUELLER Proposal:42219206 City of Auburn,WA 3. PRICING item Rate Units Est.Qty Total Site visit,one person • First day $5,050.00 Lump Sum 0 $5,050.00 • Additional days $2,250.00 /day 0 • $0.00 ePulse testing (16-inch diameter&up diameter) • First up to 1.5 miles $53,000.00 Lump Sum 1 $53,000.00 • Additional distance $5.28 /ft 320 $1,689.60 ePulse testing(under 16-inch diameter) • Additional distance $3.81 /ft 4,490 $17,106.90 Emergency mobilization(under 3 weeks'notice) $5,500.00 per trip 0 $0.00 Estimated Project Total $76,846.50 ECHOLOGICS9 MUELLER Mand 2 MUELLER Proposal:42219206 City of Auburn,WA 4.TECHNICAL REQUIREMENTS,SPECIFICATIONS,AND CONSTRAINTS This section outlines certain limitations of the technology as well as requirements of The City of Auburn,WA. 4.1 OPERATIONAL REQUIREMENTS 4.1.1 Owner will supply a crew for operation of their apparatus.Echologics is not responsible for their operation or modification. 4.1.2 Valve boxes and pothole excavations used as test sites should be cleaned out prior to survey. Hydrants used as test sites must not be leaking.If cleaning cannot be performed prior to site-work,on site cleaning must be arranged by Client on request. 4.1.3 Client will provide traffic management(including manpower and equipment)as and when required.Echologics is not responsible for any traffic control requirements,unless explicitly included in this proposal.Client will secure required permits,and be familiar with local laws and regulations. 4.1.4 If indicated as a requirement by Client,Echologics will supply one crew member trained as a confined space entrant. All other aspects of confined space entry will be of the responsibility of Client,unless explicitly included in this proposal. 4.1.5 Fall protection,including supply of fall prevention equipment and harnesses,will be of the responsibility of Client. 4.1.6 Echologics will follow any addition safety procedures specified by Client. 4.1.7 All available information regarding the pipes to be tested should be provided to Echologics in advance to assist with survey planning.This includes as-built drawings,presence and locations of repair segments,nominal pipe information, GIS information,and pressure and flow information. 4.1.8 If De-chlorination/Chlorination and/or backflow preventers are required,these will be the responsibility of Client. 4.2 GENERAL TECHNICAL SPECIFICATIONS AND CONSTRAINTS 4.2.1 Fluid temperature must be between 33 degrees and 100 degrees Fahrenheit(0.5 degrees and 38 degrees Celsius). 4.2.2 Liquid flow velocities above 5 feet/second(1.5 meters/second)may result in turbulence in the line, introducing noise which can reduce the sensitivity of leak detection,and prevent ePulse testing. Echologics recommends that Client take steps to ensure velocities are below these levels,but will conduct testing nonetheless if Client elects to leave them at higher levels. 4.2.3 Operating pressure from 15 to 150 psi(1 to 10 bar)are standard.Pressures outside of this range require special consideration. • 4.2.4 Large air or gas pockets present in the pipe interfere with Echologics'testing.Purging air prior to testing is recommended. 4.2.5 Significant amounts of dispersed air(milky water)can skew results.Purging of dispersed air may be required. 4.2.6 All forms of non-destructive testing involve an inherent and unavoidable level of uncertainty.The results provided by Echologics are not guaranteed.The methods used for leak detection and condition assessment are highly dependent on input parameters therefore it is not possible to certify the results.Echologics is not responsible any actions taken or recommendations made by Client based on the results of the report. ECHOLOGICS a MUELLER bread 3 G MUELLER. Proposal:42219206 City of Auburn,WA 4.3 ECHOWAVETM'TECHNICAL SPECIFICATIONS AND CONSTRAINTS 4.3.1 For surface mounted sensors, recommended sensor-to-sensor spacing is 300 to 900 ft(100 to 300 m); max is 1500 feet(500 m). 4.3.2 For surface mounted sensors,vertical access is required to lower sensors from the surface.Angled/bent access is not suitable. 4.3.3 Surface mounted sensor connections point must be free of dirt and debris and in good working order. 4.3.4 For hydrophone sensors, recommended sensor-to-sensor spacing is 1000 to 3000 ft(300 to 1000 m); max is 5000 feet(1500 m). 4.3.5 Hydrophone sensors require a 1.5 inch NPT female connection with an isolation valve. 4.3.6 Leak locations are generally+/- 10 feet(3 m); accuracy depends on sensor spacing, pipe material consistency, and accuracy of information provided. 4.3.7 Minimum detectable leak sizes generally range from 0.5 gal/min(2 I/min)to 5 gal/min(20 I/min),depending on pipe diameter and material,sensor spacing,and the presence of external or internal noise sources. 4.4 EPULSETM'TECHNICAL SPECIFICATIONS AND CONSTRAINTS 4.4.1 Acceptable pipe materials are:Cast Iron,Steel,Ductile Iron,Asbestos Cement,and to a limited extent Reinforced Concrete. 4.4.2 Concrete,Mortar and Bitumen linings are acceptable. Lining thickness should be specified by Client for use in calculations. 4.4.3 Diameters may range from 1 to 60 inches(25 to 1,525 mm).Larger mains are possible but special consideration must be taken. 4.4.4 Testing pipes with diameter:wall thickness rate exceeding 30:1 will result in higher margins of error,and is not recommended. 4.4.5 For surface mounted sensors,recommended sensor-to-sensor spacing is 300 to 650 ft(100 to 200 m);longer distances may not yield results. 4.4.6 For surface mounted sensors,vertical access is required to lower sensors from the surface.Angled/bent access is not suitable. 4.4.7 Surface mounted sensor connections point must be free of dirt and debris and in good working order. 4.4.8 Hydrophone sensors require a 1.5 inch NPT female connection with an isolation valve. 4.4.9 Accurate temperature and pressure values are required.Allowing measurement during the testing is recommended. 4.4.10 Performance specifications are based on a sensor spacing of 330 feet(100 m),and accurate pipe information. 4.4.11 Accuracy of average pipe wall thickness or stiffness calculations varies depending on many factors,including the. consistency of the pipe materials,accuracy of the design information provided,accuracy of the pipe alignment information provided,consistency of the fluid's bulk modulus,consistency of the fluid's temperature,and the presence of PVC repair sections. In most cases,accuracies will generally fall within the following ranges: • Cast iron&asbestos cement mains,average minimum pipe wall thickness+/-10%of the original nominal thickness. • Ductile iron&steel mains,average minimum pipe wall thickness+/-15%of the original nominal thickness. • Reinforced concrete mains,average hoop stiffness+/-7200 kilo-pound per square inch(50 gigapascal). ECHOLOGICS+ a MUELLER brand 4 MUELLER Proposal:42219206 City of Auburn,WA • A calibration test is recommended for the first test in a given water supply.This test requires a single ePulse measurement on a newer ductile iron pipe of known condition containing water from the same supply as the mains being inspected. • For liquids other than potable or raw water,error margins are substantially higher,and are generally provided as a percentage of the pipe segment in the best condition rather than an actual wall thickness or wall stiffness measurement. ECHOLOGICS„ a MUELLER brand 5 THE CITY OF AUBURN AND ECHOLOGICS, LLC AMENDMENT TO AGREEMENT FOR SERVICES AG-C-519 RELATING TO PROJECT NO. CP1934, PIPLINE CONDITION ASSESSMENT THIS AMENDMENT TO THE AGREEMENT is made and entered into this II- day of NAVck , 2020, by and between the CITY OF AUBURN, a municipal corporation of the State iof Washington (hereinafter referred to as the "CITY"), and Echologics, LLC (hereinafter referred to as the "PROVIDER"). The City and Provider agree to amend the Agreement AG-C- 519 executed on the 12th day of December 2019. The changes to the Agreement are described as follows: 1. CONTRACT TERM: The term of the Agreement for Professional Services is extended to October 31, 2020. REMAINING TERMS UNCHANGED: All other provisions of the Agreement between the parties for AG-C-519 executed on thel2th day of December, 2019, 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. ECHOLOGICS, LLC CITY OF AUBURN By: 61)./t, • d. Authorized signature ancy B.44i s, Mayor Eric Stacey - VP & General Manager Approved as to form (Optional): Approved as to form: Attorney for (Other Party) Kendra Comeau, City Attorney Amendment No. 1 for Agreement No. AG-C-519 Echologics, LLC ENG-182, Revised 10/18 Page 1 of 1