HomeMy WebLinkAbout5.788 Amendment (18)"o
Jk�
AMEND EN' NO. 18'ro THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN
THE CITY CIS' PORT ANGELES
AND
BROWN AND CALDWELL
PROJECT' 06-01
IIS AMENDMENT NO, 18 is made and entered into this day of
2013, by and between the City of port Angeles, a non-charter code city of the
State of; Washington, (hereinafter called the "CITY") and BROWN AND CAI..,DWELL, INC a
California Corporation authorized to do business in the State of Washington (hereinafter called
the "CONSULT NT ")
The CITY entered into the existing AGREEMENT with the CONSULTANT on July 5, 20?06,
(the AGREEMENT); and
WHEREAS, the CITY and CONSUI...,TANTarnended the AGREENIENTon February 21, 2007,
May 9, 2➢07, March 20, 2008, September 15, 2009, November 30, 2009, March 9, 2010, :Duly 27,
2010, November 16,201 1, December 21, 2010, January 4,2011, September 20,2011. January 9,
2012, February 24, 2012. February 21, 2012, February 26, 20113, August 20, 2013 (Amendment
16), September 17, 2013 (Amendment 17) and has proposed Arnendnient 18 (the
AMENDMENTS); and
WHEREAS, the CITY desires to amend the AGREEMENT again to amend the Scope of' Work
and Budget.
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in this AMENDMENT,., the Agreement and the Amendments
are hereby amended as ffillows:
REVISED SCOPE OF WORK
The Scope of' professional services to be performed and the results to be achieved by the
CONSULTANT are hereby amended by adding the tasks identified in the attached ExhibitA to
Amendment 18. The CONSULTANT shall provide and furnish all services and niaterial
necessary to accomplish the additional work identified in Exhibit A, and in the location shown in
Exhibit A -1 (Area Map).
�fth&ljmu mm a 1.41 ,a mO
')'lie time ofperformancle is amended: The work for all Tasks shall be completed by
July 1, 2014,
Ameridmeat 18, Page I
III MAXIMUM COMPENSATION
Section VI of the Agreement, is amended frorn $7,325,895 in Amendment 17 to $7,393,129, in
Amendt-nent 18, an increase of $67,234. Tlie bUdget for any'fask. may be further ad.justed by
mutual agreement Without an amendment to the Agreenient, as long as the maximum
compensation arnount of $7,393,129 is not exceeded,
IV RATWICATION
As arnerideld herein, the Agreement and the Amendments are ratified and confirmed,
In WITNESS THEREOF, the patties hereto have executed this Amendment No. 18 to tile
Agreement as of the date and year first written above
("jA -
. . . .. . ....... . .............. ..
By:
Dan McKeen, City Manager
ATTEST:
Jallb/p FlUrd, , City Clerk
APPROVED ASTO FORM:
William E. Bloor, City Attorney
BROWN AND CALDWELL
w
9-,�k-- kv-
. ... .... . ..
Title- k!1104LA!
Amendment 18, Page 2
EXIEBITA
To Amendmei-it 18,
PROFI.,1SS10NAL SERVI(--.ESz�(j'R.I�,],,"',,,IEN'I'No. 06-01
SCOPE OF WORK RELATED TO
PHASE 2 DESIGN SERVICES
FOR THE
PORT ANGELES CSO IMPROVEMENT PROGRAM
The City of Port Angeles has created a continuing program to identify,, separate and
remove storm water Currently discharging to the City's wastewater collection system,
Storm water connections are a major cause or Combined Sewer Overflows and the City is
required to reduce the frequency ofthese, events. Amendment 18 to the contract
providing Phase 2 CSO improvements design services provides for additional design
services for a new storm drain and water quality facility associated with separation of
storm water from the wastewater system within pottions of the City in which Phase 2
CSO Improvements are to be constructed. Overall City impacts are expected to be
reduced by combining the construction of the new storm, drain adjacent to Phase 2 CSC)
Improvements planned Construction.
This Scope of Work for the additional engineering set-vices to be provided by Brown and
Caldwell (13C) is rnodified to add the following to BC's existing scope ofwork:
Prepare contract docurnents, (drawings, specifications, engineers cost estimate) I-or
construction of storm water separation, conveyance and treatment facilities to serve an
area along Front Street and Marine Drive, generally between Oak Street and tile new
Pump Station 4 site. "I'liese documents will be ol'sirnilar format and be incorporated into
the Phase 2 CSC Improvements Project for execution under a single construction
contract. Storm water separation work will include construction of approximately 1,000
feet of storm drain, connection of existing storm drain catch basins to the new storm
drain, addition of new catch basins along Marine Drive as appropriate and disconnection
of catch basins from the existing cornbined sewers, all generally following alignments of
Phase 2 planned pipelines. Collected storm water will be directed through a new infine
treatment systern located near existing Pump Station 4 and discharged onto the rip rapped
shoreline, above Mean F-ligh Water elevation near an existing storm drain outfall.
the new work provided under this scope will include the following:
Task 811. Project Management
Coordinate, monitor, and control the project resources to meet the technical,
communication, and contractual obligations required for developing and implementing
the project scope.
Ar,livitip.q-
Invoices/Status Reports—Expenditures and cumulative charges for this scope
of work will be incorporated into the monthly invoices prepared for the
Current Phase 2 CSO Improvements work.
• Coordination with the Owner— Consultant will maintain communication with
the City through ineetings via voice, email, and fax corninunication.
Management and Coordination of Staff— Consultant will manage and
coordinate the technical and scope issues of the overall project, including
management and coordination with the subconsultants. Progress meetings
will be conducted as appropriate,
Assumptions:
0 Tile work cornpleted in this Scope of Work will be incorporated into the
existing Phase 2 CSO Improvements project schedule.
Task 812. Storm Watei- Conveyance Design
COnSUltant, will develop detailed design drawings, specifications, and an engineer's cost
estimate for the project.
Activities-
BC will complete detail design of improvements and prepare the drawings and
specifications as necessary for bidding and construction with the Phase 2 CSO
Irriprovernents. Progress reports will be SUbt-nitted as part of the scheduled Phase
2 Submittals at 60 and 90 percent completion levels. All documents will be
prepared and Submitted in similar style and format as the Phase 2 CSO
Improvements dOCUITICIlts. An estimate of probable construction cost of tile storm
water facilities will be included in the Phase 2 CSO improvements estimates.
Labor to estimate the cost of this Scope of Work has been included under the
Stormwater Conveyance Design task.
Deliverables:
• Drawings and specifications at the 60 & 90 percent dOCUIllelltS as part of., the
Phase 2 CSO Improvements document submittals.
The estimate of probable construction cost at the 60 & 90 percent submittals
prepared fan -the Phase 2 CSO Improvements project will include the new
storm water facilities.
P:\Port ArigelesN4083 Port Angeles CSO Phase 2 DesignOOO Project ManagementO Page 2 of 4
CcntractAmendment 18- SW SeparationORAFT Exhbt A.doc
Assumptions:
• The storm water facilities will be located within areas mapped for the Phase
CSO Improvements, No additional survey or mapping services will be
required.
• An alignment of the new storin drainage facilities has been proposed by the
City. Adjustment of the Phase 2 pipeline elevations and/or alignment is
anticipated.
• The City has delineated areas and determined surface runoff flow rates that
will drain to and be collected by the proposed storm drainage facilities for
purposes of facility sizing and design. No modeling will be completed as
part of this Scope of Work..
• No additional geotechnical set-vices will be required.
• No additional cultural resource surveys will be required.
• Surface restoration will be coordinated with the Phase 2 CSO Improvements
approaches.
• The work completed in this Scope of Work will be incorporated into the
existing Phase 2 improvements construction schedule.
• Specifications related to water quality treatment facilities used For the I'irst
Street Stormwater Separation proJect will be added to the Phase 2 CSO
Improvements contract documents package.
• Additional specification sections included in the Phase 2 CSO Improvements
contract documents package will be updated to include the new storm water
separation design.
• The following additional sheets will be added to the Phase 2 C
Improvements contract documents package:
o Storm Water Conveyance Plans (3)
lo Storm Water Conveyance Profile (1)
a Storm Water Conveyance Details ( 1 1)
• Incorporation of this proposed storm water separation design is not anticipated
to exceed a total of additional sheets.
• Drawings and specifications prepared in this Scope of'' ork will be
incorporated into the final bid documents under the existing Phase 2 CSO
Improvements contract.
Task 813. Permitting & Environmental Support
BC will arrange through subcontract to amend SEPA and Shoreline permit
application documents prepared For the Phase 2 CSO Improvements to
incorporate descriptions and effects of the proposed new storm drainage facilities,
RTMAngelesO,14083 Pod Angeles CSO Phase 2 DesignMl) Project Managernenh20 Page 3 oC4
ContractAmendment 18- SW SeparationDRAFT Exhbt A.doc
Application for a Hydraulic Project Approval (I IPA) and associated JARPA will
be prepared for the new storm water elements of the combined Phase 2 CSO
Improvements protect. The permits and their review time will be incorporated
into the Phase 2 CSO Improvements project schedule.
City Involvement:
• The City will submit completed applications, and pay any required permit
application fees.
• The subconsultant will prepare permit applications.
•, Provide assistance with obtaining existing data that may include prior
environmental studies and/or permits for the existing system.
Deliverables:
Amended SEPA and Shoreline permit application docurnents and new HPA
and JARPA application documents.
P \Pcrl AngeVest144083 Port AngePes CSO Phase 2 DesignMO Project Manageme,nt\20 Page 4 of 4
Contract`tAmendment 18- SW SeparatienCC RAFT Exhibit A doc
CL
1 i
f
F `
CD
CZ
To Ameiidrnent 18
PIS, FESSIONAL SERVICES AGREEMENTNO 06-01
F9119111ff M
Amendment
Total
TASK
DESCRIPTION
17
Contract.-,.-
CSO PHASE I (Amendment I tbrougb 14, and
Amendment
I through
II
Desigii
$3,663,237
12
Se tae Receivirig Station PSLigri
$8,400
13
Headworks Screeris, Design
$56,0010,
14
late rated CSO Monitoririg Desigii
$26A0
15
WWTP Project Into igration & Moilitoring
$34,900
16
First St Stormwater Separation
.............
$418,074
17
hiclUstrial OUtfall Repair arid Cleaning
$47,000
Engineering Services during Construction
18
(For CSO Ph 1)
$26,211
$512,191
Subtotal
CSO PhaNe 1
$4,765,802
19
CSO PHASE 11 (Amendment 15 and 17)
19,1
Architectural Services
$85,000,
19.2
Geotechnical I..'tigineering Services
$73,718
Surveying and Base Mapping Services
$28,40:2
19.4
Permitting and Enviroilmental Suppoil
$29,855
19.5
ACOUstic EvalLiatiori Services
$23,500
19.6
Quality C011ti-Ol
$23,998
19.7 Facility Design and Preparatim OfCO11StrL1CtiO11 Contract Docurnentsi
Civil Design,- Preliminary
Civil Design; Detailed
Process Mechanical Design
Surge Analysis
Building Mechanical Design
Structural Design
Electrical Design
Instrumentation and Coritrol .)esigii $1,946,562_
19.8 Preparation of Cost Estimate $33,7'12
19.9..-----.Prq.,ject.Map
:fement
........ . . ....
..................... —
$199,863
20
Peabody Creek CLJIVC1-t Condition Assessment
$115,483
Suhtotal
CSO Pha.ve Il
$2,5609093
21
First Street StormwatsejL',Se aarafi oti
$67,234
ACT TOTAL