HomeMy WebLinkAbout5.788 Amendment (10)AMENDMENT NO. 10 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
BROWN AND CALDWELL, INC.
PROJECT WW03 -10
RELATING TO: COMBINED SEWER OVERFLOW PROJECTS
THIS AMENDMENT NO. 10 is made and entered into this 7 day of JMier/4
2011, by and between THE CITY OF PORT ANGELES, a non charter code city of he tate of
Washington, (hereinafter called the "CITY and Brown and Caldwell, Inc., a California
Corporation (hereinafter called the "CONSULTANT
WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on July 5, 2006,
(the AGREEMENT) and
WHEREAS, the CITY and CONSULTANT amended the AGREEMENT on February 2t 2007,
and May 9, 2007 and March 20, 2008, and September 15, 2009, and November 30, 2009, and
March 9, 2010, and July 27, 2010, and has proposed Amendment 8 and Amendment 9 (the
AMENDMENTS); and
WHEREAS, the CITY desires to amend the AGREEMENT again to amend the Scope of
Work, Budget, and Time of Performance.
NOW, THEREFORE, in consideration of the representations and the terms, conditions,
covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the
parties hereto agree as follows:
I REVISED SCOPE OF WORK
The amended scope of professional services to be performed and the results to be achieved
by the CONSULTANT pursuant to the AGREEMENT shall be amended to read as shown in
the attached Exhibit A to Amendment 10. The Scope of Work shall include all services and
material necessary to accomplish the work.
II TIME OF PERFORMANCE
The work for all Tasks shall be completed by December 1, 2011; the work for Task 16 shall be
completed by August 2, 2011.
III MAXIMUM COMPENSATION
The CONSULTANT'S total compensation and reimbursement are stated in.the attached
Exhibit B to Amendment 10. The maximum compensation amount, referenced in Section VI of
the Agreement, is amended from $3,920,891 in Amendment 9, to $3,968,915 in
Amendment No 10 to Brown and Caldh%ell Agreement, 06 -01 Page 1 of 3
Amendment 10, an increase of $48,024. The budget for any Task may be further adjusted by
mutual agreement without an amendment to the Agreement, as long as the maximum
compensation amount of $3,968,915 is not exceeded.
IV SIGNATURES
Except as modified herein, the original Agreement and Exhibits A through D shall remain in
effect.
In.WITNESS THEREOF, the parties hereto have executed this Amendment No. 10 to the
Agreement as of the day and year first written above.
CITY OF PORT ANGELES:
)1j
MAYOR
CONSULTANT:
VICE PRESIDENT
APPROVED AS TO FORM:
1�
,,045Jr6+4r
I Y ATTORNEY
ATTEST:
Amendment No. 10 to Brown and Caldwell Agreement, 06 -01 Page 2 of 3
EXHIBIT A
To Amendment 10
PROFESSIONAL SERVICES AGREEMENT NO. 06-01
SCOPE OF SERVICES RELATED TO
PHASE l DESIGN SERVICES
FOR THE
PORT ANGELES CSO IMPROVEMENT PROGRAM
Purpose:
Perform additional geotechnical analysis and detailed design for one pavement section to include
travel lanes and two parking lanes of 1st Street in downtown Port Angeles. Provide design of one
travel lane and one parking lane. The results shall be included in the project manual for bidding.
Task 16 3. Roadway and Pavement Design
Activities
Task 16 3.1
2. Full replacement
Concrete
HMA
Review material prepared by NTI
Task 16 3.2 Review existing geotechnical borings
Task 16 3 3 Recommend additional analysis and sampling and laboratory testing and
perform all necessary field and laboratory sampling and testing
Task 16 3.4 Provide design of travel and parking lane and crosswalk.
Analyze capitol and life cycles cost for travel and parking lane options. Assume three
alternatives will be analyzed and may include different options for each travel and parking
lane.
A Alternatives for South and North Travel Lanes
1. Grind and overlay
Concrete Panels
Replacement of concrete panels
Connection to remaining concrete panels
Removal of concrete panels
B Alternatives for South and North Parking Lane
L Fog seal
Concrete Panels (pipe trench)
Replacement of concrete panels Connection to remaining concrete panels
Removal of concrete panels
City of Port Angeles Roadway Design Scope
CSO Phase I Project Page 1 of 2
2 Grind and overlay
Concrete Panels (pipe trench)
Replacement of concrete panels
Connection to remaining concrete panels
Removal ot'concrete panels
3 Full replacement
Concrete
HMA
Task 16 3.5 Provide design of brick stamped concrete crosswalk pavement section
for up to six locations.
AAsitruptrons
Same pavement section for each location
Task 16 3.6 Modify Basis of Design Technical Memorandum to include pavement.
Produce brief draft and final basis of design TM. One review will be performed of the draft
document and comments will be incorporated into final document.
Task 16 3.7 Provide all necessary special provisions to WSDOT Standard
Specifications for road work. Generate draft construction cost estimates, graphics, and
estimate of construction schedule for pavement alternatives for one review cycle.
Task 16 3.8 Provide all necessary contract drawings and special provisions to
WSDOT Standard Specifications for road work. Generate final bid documents including
construction cost estimates, design drawings, estimate of construction schedule. and
specifications for preferred alternative.
Deliverables:
1. Preliminary design required for analysis and comparison of all options to determine
preferred option.
2. Final design of preferred option.
3 CAD details for incorporation into plan set by BC of all design elements in AutoCAD
2008 format.
a. Pavement sections
b. Pavement overlay and replacement plan
4. Estimate of construction schedule
5 Estimate of construction cost estimate based on WSDOT Standard Bid Items or other
estimating format
City of Poit Angeles Roadwa) Design Scope
CSO Phase I Project Page I of 2
EXHIBIT B
To Amendment 10
PROFESSIONAL SERVICES AGREEMENT NO. 06-01
BUDGET
1st Street Separation Project WW03 -10
DESIGN SERVICES
Approved
Task Description Budget
Pre Design and Design through 60%
(original contract and Amendments 1 -3)
1 Project Management $112,841 19
2 (Mapping Condition Assessment 1 $110,055 64
3 (Cultural 1 $25,092 98
4 Geotechnical 1 $144,293 41
5 Environmental Permits 1 $150,829 67
6 0 1 CSO Plan Review and Preparation of Contract! $180,100 00
Documents
6 1 -6 5 Detailed Civil, Mechanical, Structural, $858,296 98
'Detailed
PICS Design
6 6 (Preparation of 60% Cost Estimate 1 $47,000 00
7 (Engineenng Report Bidding Assistance $35,279 11
8 Evaluation of Additional Alternatives I $16,735 00
9 (Plant Flow Management 1 $59,092 00
10 (Add'( Cultural Geotechnical Work $8,025 00
Subtotal, Tasks 1 -101 $1,847,640.98
Task 11 Complete detailed design of CSO Phase 1 Projects
(Amendments 4-8)
11 1 Project Management
11 2 (Survey, Mapping Condition Assessment
11 3 (Cultural Resources Consultation
11 4 (Geotechnical Engineenng
11 5 (Environmental Permits
11 6 Alternative Development and Evaluation
11.7 Detailed Civil, Mechanical, Structural,
Electrical PICS Design
11 8 Preparation of Cost Estimate
11 9 Bidding Assistance
11 10 Bridge Design
11 11 Building Design
11.12 Funding Assistance
11 13 Outfall sediment sampling
11 14 Rayonier Outfall Inspection
12
13
14
15
16
Subtotal, Task 1i(
Septage Receiving Station Design
Headworks Screens Design
Integrated CSO Monitoring Design
WWTP Project Integration Monitoring
First St Stormwater Separation
SUBTOTAL, Tasks 11 -16
TOTAL, LTD (includes Tasks 1 -16)1
$233,608 701
$135,361 521
$12,497 531
$129,665 35(
$87,298 691
$79,740 001
$874,501 60
$50,298 64
$14,000 00
$211,200 00
$10,000 00
$15,500 00
$110,200 00
$49,000 00
$2,012,872.03
$8,400 00
$56,000 00
$26,000 00
$34,900 00
$350,050 00
$2,488,222.03
$3,920,890.98
Amendment 10 Revised
Budget
$233,608 701
$135,361 521
$12,497 531
$129,665 351
$87,298 691
$79,740 001
$874,501 601
$50,298 641
$14,000 001
$211,200 001
$10,000 001
$15,500 001
$110,200 001
$49,000 00
$2,012,872.03
$8,400 00
$56,000 00
$26,000 00
$34,900 00
$48,024 001 $398,074 00
$48,024.001 $2,536,246.03
$48,024.001 $3,968,914.98!