HomeMy WebLinkAbout5.788 Amendment (19)V
AMENDMENT NO. 9 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
BROWN AND CALDWELL, INC.
PROJECT 06 -01
RELATING TO: COMBINED SEWER OVERFLOW PROJECTS
THIS AMENDMENT NO. 9 is made and entered into this O t 1 day of
2010, 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 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 21,
2007, and May 9, 2007 and March 20, 2008, and September 15, 2009, and November
30, 2009, March 9, 2010, July 27, 2010, and has Proposed Amendment 8 (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 this AMENDMENT, the Agreement and the
Amendments are hereby amended as follows:
I 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
Exhibit A to Amendment 9. The CONSULTANT shall provide and furnish all services
and material necessary to accomplish the additional work identified in Exhibit A.
II TIME OF PERFORMANCE
The work for all Tasks shall be completed by December 1, 2011.
III MAXIMUM COMPENSATION
The maximum total compensation and reimbursement payable to the CONSULTANT is
stated in the attached Exhibit B to Amendment 9. The maximum compensation amount,
Amendment No 9 to Brown and Caldwell Agreement, 06 -01
7 rir
referenced in Section VI of the Agreement, is amended to $3,920,891. 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 $3,920,891 is not
exceeded.
IV RATIFICATION
As amended herein, the Agreement and the Amendments are ratified and confirmed.
In WITNESS THEREOF, the parties hereto have executed this Amendment No. 9 to the
Agreement as of the day and year first written above.
CITY OF PORT ANGELES:
7 4----- ,■2,■9
CITY MANAG�
CONSULTANT:
—4,,c,
TITLE: Vi L&-- /4E
APPROVED AS TO FORM:
ITY AT ORNEY
ATTEST:
Amendment No 9 to Brown and Caldwell Agreement, 06 -01
EXHIBIT A
To Amendment 9
PROFESSIONAL SERVICES AGREEMENT NO. 06-01
SCOPE OF SERVICES RELATED TO
PHASE 1 DESIGN SERVICES
FOR THE
PORT ANGELES CSO IMPROVEMENT PROGRAM
Amendment 9 provides new or revised scope of services, and associated budgets, related
to the Phase 1 CSO Program. These additions and revisions have largely arisen due to
information discovered or requirements revealed as the current design has progressed. A
description of these additions and revisions are organized within the context of the City's
current accounting as presented below.
Task 11.1 Project Management
The current project schedule anticipates advertising the contract documents for bidding in
early July, 2011 to accommodate funding decisions of the State Revolving Fund. The
budget for Project Management is being extended from the previous scope through
November, 2010 through June, 2011. The scope of Project Management efforts will
include those described under the standing agreement including coordinate, monitor, and
control the project resources to meet the technical, communication, and contractual
obligations and administrative activities including preparation of monthly invoices and
status reports, staff and subconsultant coordination and QA/QC.
The additional budget also provides for coordination and guidance of the design team
with and assistance related to several on -going City activities required for Phase 1
implementation. These activities include property acquisition, materials management
requirement development, response and resolution of City design questions or proposals
and questions or recommendations from the City's Constructibility Consultant. Final
bidding strategies are expected to be reviewed and developed as time for bidding
approaches.
Task 11.2. Survey and Base Mapping Services
The budget for this task is required for support to the City with writing legal descriptions
related to acquisition of project land and easements. Specific scope of work developed
between City and Wengler Surveying providing for the following products:
SALE PARCEL BOUNDARY EXHIBIT MAP
PIPELINE EASEMENT EXHIBIT MAP
ACCESS EASEMENTS EXHIBIT MAP
TEMPORARY CONSTRUCTION EASEMENT
TRAIL EASEMENT
UTILITY EASEMENTS
MAPPING
BOUNDARY ADJUSTMENT
Task 11.7. Design of Standby Power Generator
This task is created in response to a review by Department of Ecology. They cited the
need for ready availability of electric power during emergency events to ensure function
of the system for diverting CSOs to storage at all times. The generator will provide
continuous standby power in the event of loss of primary, utility power. The standby
power system will include a vendor supplied, skid mounted diesel engine driven electric
generator supplied with a weatherproof, sound enclosure and integral fuel tank. The
generator set will be mounted on a new concrete slab adjacent to the new eletrical
building at the Influent Diversion Structure. Because the storage tank can be largely
drained by gravity through a manually operated valve, standby power will not be
extended to the Return Pump Station. This task is partially funded under this
amendment. If needed, additional funding will be determined concurrent with any
changes proposed through City and Constructibility reviews that may be required to
complete project documents for bidding.
Activities:
Size and select standby power generator and acquire vendor data including weights
and dimensions.
Revise electrical site plan, IDS building plan, IDS one -line drawing, conduit and
raceway drawings and schedule, and develop grounding plan.
Design reinforced concrete slab for supporting vendor supplied generator set and fuel
loads. Revised drawings to show extents of overexcavation required to prepare
suitable foundation. Incorporate calculations in the structural calculation package.
Coordinate generator location with access and traffic flow currently envisioned in
this location. Revise surfacing plan is necessary.
City Involvement
The City will coordinate new work with archaeological planning
Deliverables:
Drawings and specifications for constructing the generator system to be included in
the final (100 project manual package.
C \Documents and Settings 1swraylDesktop \Final Amd 9 Exhibit A Scope doc
Page 2 of 3
Task 11.12. Funding Assistance
The scope of work for this task was included in Amendment 4 but it was only partially
funded to $10,000. It was recognized that at that time the full scope could require an
additional $22,000 however, with the submittal of the funding application the extent of
costs beyond the original $10,000 funding was $5,500. Amendment 9 provides funding
for this additional cost.
C \Documents and Settings \swray \Desktop \Final Amd 9 Exhibit A Scope doc
Page 3 of 3
Task Description
Pre Design and Design through 60%
(original contract and Amendments 1-3)
1 (Project Management
2 Mapping Condition Assessment
3 (Cultural
4 (Geotechnical
5 Environmental Permits
CSO Plan Review and Preparation of Contract
Documents
6 1 -6 5 'Detailed Civil, Mechanical, Structural,
Electrical PICS Design
6 6 (Preparation of 60% Cost Estimate
7 Engineering Report Bidding Assistance
8 1 Evaluation of Additional Alternatives
9 (Plant Flow Management
10 lAdd'I Cultural Geotechnical Work
Subtotal, Tasks 1 -10•
Task 11 Complete detailed design of CSO Phase 1 Pr
(Amendments 4-8)
60
11 1
11 2
11 3
11 4
11 5
11 6
11 7
12
13
14
15
16
EXHIBIT B
To Amendment 9
PROFESSIONAL SERVICES AGREEMENT NO 06 -01
BUDGET
PORT ANGELES CSO IMPROVEMENT PROJECT PHASE 1
DESIGN SERVICES
Project Management
Survey, Mapping Condition Assessment
Cultural Resources Consultation
Geotechnical Engineering
Environmental Permits
Alternative Development and Evaluation
Detailed Civil, Mechanical, Structural,
Electrical PICS Design
Preparation of Cost Estimate
Bidding Assistance
Bridge Design
Building Design
Funding Assistance
Outfall sediment sampling
Rayonier Outfall Inspection
Subtotal, Task 11
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)
Approved
Budget
$112,841 19
$110,055 64
$25,092 98
$144,293 41
$150,829 67
$180,100 00
$958,296 98
$47,000 001
$35,279 11
$16,735 00
$59,092 00
$8,025 001
$1,847,640.981
jects
$141,108 70
$65,261 52
$12,497 53
$129,665 35
$87,298 69
$79,740 00
$864,501 60
$50,298 64
$14,000 00
$211,200 00
$10,000 00
$10,000 00
$110,200 00
$49,000 00
$1,834,772.03
$8,400 00
$56,000 00
$26,000 00
$34,900 00
$350,050 00
$2,310,122 03
$3,742,790.98
Amendment 9
$92,500 00
$70,100 00
$10,000 00
$5,500 00
$178,100.00
$178,100 00
$178,100.00
Revised
Budget
$233,608 70
$135,361 52
$12,497 53
$129,665 35
$87,298 69
$79,740 00
$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
6