HomeMy WebLinkAbout5.788 Amendment (9)AMENDMENT NO. 8 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. 8 is made and entered into this /f/ day of A
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 and July 27, 2010 (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 8. 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 8. Billing rates referenced in Section V.A
Amendment No. 8 to Brown and Caldwell Agreement, 06 -01
of the Agreement are amended as shown in the attached Exhibit C to Amendment 8. The
maximum compensation amount, referenced in Section VI of the Agreement, is amended
to $3,742,791. 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 $3,742,791 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. 8 to the
Agreement as of the day and year first written above.
CITY OF PORT ANGELES:
t -TY MANAGE
CONSULTANT:
TITLE: I, c e f"ir1ES,oEA1 i
APPROVED AS TO FORM:
ITY ATTORNEY
ATTEST:
or—
Amendment No 8 to Brown and Caldwell Agreement, 06 -0I
EXHIBIT A
To Amendment 8
PROFESSIONAL SERVICES AGREEMENT NO. 06-01
SCOPE OF SERVICES RELATED TO
PHASE 1 DESIGN SERVICES
FOR THE
PORT ANGELES CSO IMPROVEMENT PROGRAM
Purpose:
Perform an independent examination of the city's construction contract documents, for
the purpose of identifying, recording and resolving sources of potential delay, additional
cost and reduced quality of construction, prior to beginning the public works bidding
process. The constructability review will examine the contract documents for clarity,
completeness, and consistency. Harris and Associates, under contract to the City will
perform the review and Brown and Caldwell will respond and participate.
Tasks:
Task 1 Constructability Review
Activities
Task 1.1 Initial workshop A full -day workshop will be held in Port Angeles, to
include an orientation to the project by the design engineer, Brown and Caldwell
(BC), and by City staff: A walking tour of the project site will follow.
Task 1.2 Constructability Review
Provide a multi disciplinary team to perform a detailed examination of the city's
contract documents to identify, verify, and record:
Correct coordination between and within plans and details;
Correct coordination between plans and technical specifications;
Correct coordination between plans, technical specifications and the general
conditions of the contract;
Apparent errors in the documents;
Apparent omissions from the documents,
Apparent ambiguities in the documents;
Apparent insufficient detail for bidding and /or construction in both plans and
specifications;
Variances between the approved scope, schedule, project delivery analysis, and
project management plan.
Recommendations on the constructability, scheduling and timing of the
construction.
Task 1.3 Results workshop a half -day meeting at a location to be arranged in the
Seattle area. Harris and Associates (Harris) will share the results of their review with
BC and City staff. The Harris team will discuss their underlying rationale, respond to
questions, and highlight any overarching issues.
City of Port Angeles Constructability /Bidability Review
CSO Phase I Project Page 1 of 2
Deliverables:
1. Constructability /Bidability comments: Comments shall be in spreadsheet format;
one electronic copy and three printed copies. Comments shall be submitted to
the city on the 16` working day after Harris receives formal Notice to Proceed
from the City.
Assumptions:
1. The City will provide electronic copy of its 90% contract documents for this
project, consisting of approximately 1,250 specification /contract pages and 236
plan pages.
2. The City will provide background information pertaining to the project as soon as
possible, but no later than the initial workshop.
3. Consultation between City staff and Harris staff will by webconference, email and
phone.
4. Harris will complete the initial review not later than fifteen (15) working days after
receiving the city's written Notice To Proceed.
5. The city and /or designer will determine which bidability /constructability
comments, if any, are addressed prior to accepting bids.
6. Harris shall bring identified, apparent discrepancies within the contract
documents to the attention of the City but shall not be responsible for final
determination of whether information in the documents is correct.
7. Determination of action to respond to Harris' review comments is the prerogative
of the designer and the City.
8. Harris shall not be responsible for errors or omissions that are not noted in its
review of the plans and specifications.
Task 2 Verification
Activities
2.1 Harris' project manager will perform a back -check "Follow- Through" check) of the
100% contract documents after incorporation of revisions approved by the City and
the designer.
2.2 If necessary, the City will arrange a follow -up meeting.
Deliverables:
1. Verification comments: Comments shall be the list of revisions in spreadsheet
format and verification of inclusion in the contract documents. Comments shall be
provided directly to the City.
Assumptions:
1. The City will provide an electronic copy of the draft 100% contract documents.
2. The estimated time frame is mid January, with two weeks duration for the City
and Harris review.
3. Consultation between City staff Brown and Caldwell staff, and Harris staff will by
webconference, email and phone.
City of Port Angeles Constructability /Bidability Review
CSO Phase I Page 2 of 2
EXHIBIT B
To Amendment 8
PROFESSIONAL SERVICES AGREEMENT NO. 06-01
BUDGET
PORT ANGELES CSO IMPROVEMENT PROJECT PHASE 1
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 I $110,055 641
3 (Cultural $25,092 981
4 Geotechnical $144,293411
5 lEnvironmental Permits $150,829 671
6 0 I CSO Plan Review and Preparation of Contract I $180,100 00
Documents
6 1 -6 5 (Detailed Civil, Mechanical, Structural, I $958,296 98
Electrical PICS Design
6 6 1Preparation of 60% Cost Estimate $47,000 00
7 (Engineering Report Bidding Assistance $35,279 11
8 (Evaluation of Additional Alternatives $16,735 00
9 (Plant Flow Management $59,092 00
10 IAdd'I Cultural Geotechnical Work $8,025 00
Subtotal, Tasks 1-10* $1,847,640.98
Task 11 Complete detailed design of CSO Phase 1 Projects
(Amendments 4 -7)
11 1 Project Management $141,108 70
11 2 Survey, Mapping Condition Assessment $65,261 52
11 3 Cultural Resources Consultation $12,497 53
11 4 Geotechnical Engineering $129,665 35
11 5 Environmental Permits $87,298 69
11 6 Alternative Development and Evaluation $79,740 00
11 7
Detailed Civil, Mechanical, Structural, $850,501 60I
Electrical PICS Design
11 8 Preparation of Cost Estimate $50,298 64
11 9 Bidding Assistance $14,000 00
11 10 Bridge Design $211,200 00
11 11 Building Design $10,000 00
11 12 Funding Assistance $10,000.00
11 13 Outfall sediment sampling $110,200 00
11 14 Rayonier Outfall Inspection $49,000 00
Subtotal, Task 11 $1,820,772 03
12 Septage Receiving Station Design $8,400 00
13 Headworks Screens Design $56,000 00
14 Integrated CSO Monitoring Design $26,000 00
15 WWTP Project Integration Monitoring $34,900 00
16 First St Stormwater Separation $350,050 00
SUBTOTAL, Tasks 11 -16 $2,296,122.03
TOTAL, LTD (includes Tasks 1 -16) $3,728,790.98
Amendment 8
$14,000 00
$14,000.00
$14,000.00
$14,000.00
Revised
Budget
$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
Consultant Labor Costs
PORT ANGELES CSO IMPROVEMENT PROJECT PHASE 1
DESIGN SERVICES
Anderson, Stephen B
Beer, Jon
Behnke, Andrew B
Birmingham, Thomas P
Chapman, Thomas M
Deaterla, Damion
Draheim, Daniel P
Floyd, Benjamin
Foy, Carrie A
Gatlin, Terry L
Gordon, Donald H
Idrees, Ahmed
Jacobsen, Robert W
Jacquemart, Joseph
Jimenez, Rudy
Johnson, Jeffery S
Kelly, Kathleen
Kimball, Kelly
Kloske, Alex P
Knapp, Tiffany A
Kreider, Tiffany M
Kumataka, Gregory
Leavitt, Arthur
Lord, Alan
Lubke, Linnea
EXHIBIT C
To Amendment 8
PROFESSIONAL SERVICES AGREEMENT NO. 06 -01
Vice President
Senior Engineer
Supervising Engineer
Principal Engineer
Senior Engineer
Senior Drafter
Technical Writer
Engineer II
Accountant I
Supervising Engineer
Principal Construction Engineer or Inspector
Senior Engineer
Senior Engineer
Senior Drafter
Senior Drafter
Vice President
Senior Project Analyst
Senior Engineer
Engineer III
Senior Engineer
Senior Project Analyst
Managing Engineer
Engineer III
Senior Engineer
Supervising Engineer
270.23
148.90
166.92
165.60
135.78
77.39
85.96
89.20
59.51
170.16
169.86
142.79
147.55
82.45
77.16
206.63
85.56
131.98
115.51
149.27
80.67
210.63
129.60
150.99
184.28
Matthews, James
McCleary, Dave
McGuire, Christina L
Melcer, Henryk
Merrill, Milford S
Miller, Jeremy J
Mobley, William
Moffat, James H
Morris, Melvan
Neal, Amy S
Novak, John A
O'Neal, Mike
Patton, James P
Paulson, Joel
Pena, Michael
Plancic, Steve M
Ramey, Larry W
Schneider, Douglas L
Snowden, Donald
Stewart, Erin L
Tam, Patricia S
Tu, Joseph T
Vestergaard Hansen, Bo
Wagner, David
Warburton, Jack Sr.
Warford, James
Westerberg, Kenneth E
Wilcox, Shirley
Wingate, David F
111
Supervising Construction Engineer or
Inspector
Managing Engineer
Area Business Operations Manager II
Vice President
Vice President
Assistant Designer
Principal Designer
Supervising Designer
Supervising Engineer
Senior Engineer
Engineer II
Managing Engineer
Principal Engineer
Supervising Engineer
Engineer III
Principal Designer
Supervising Engineer
Managing Engineer
Supervising Construction Engineer or
Inspector
Senior Project Analyst
Principal Engineer
Principal Designer
Principal Engineer
Engineer III
Senior Vice President
Principal Construction Engineer or Inspector
Supervising Designer
Word Processor IV
Engineer II
199.91
211.85
125.07
246.36
222.99
80.34
132.27
136.64
179.05
131.35
102.45
203.22
162.92
165.40
135.22
146.55
191.65
211.55
183.48
95.48
151.28
140.14
153.73
119.35
247.64
169.96
144.64
88.07
97.39
r Z l�
pl comie
Yuen, Francis X
Zeledon, Ruth V
Senior Engineer
Engineer II
141.17
I 101.30
B•'ROWN' AND C ALDW&L,L
701 Pike Street, Ste 1200
Seattle, WA 98101
Tel 206.749.2315
Fax: 206.749.2200
To: Ms. Kathryn Neal
City of Port Angeles
321 E 5TH ST
Port Angeles, WA 98362 -3206
From: Mike O'Neal
Distribution:
File:
Shop Drawings
Plans
Change Order
Other:
(=I Prints
Samples
Specifications
Date: 7/29/2010
If attachments are not as noted, please notify sender at once.
No. of Revision Document or
Copies Date or No. Drawing No. Description
1 I I I Executed Amendment 7
I I I
I I I I
I I I I
Prepared by: Kathleen Kelly
Senior Project Analyst
1
Tlraln s m ittaI
U 1 1J its I
L
City of Port Angeles
PuhPc 4'dorks and Utilities Dept
Transm No.: Doses
Project No.: 132829 Task No.:
Project Title: Combined Sewer Overflow Projects
Contract No.:
Filing Code Key (C) Copy (CD) CD (D) Disk (E) E -Mail (0) Original (P) Full -Size Print (R) Reduced Print
(T) Transmittal Only
WE ARE SENDING THE FOLLOWING ITEM(S): Attached Under Separate Cover
E -Mail
Fed Ex
U.S. Mail
Hand Carried
Courier
THESE ARE TRANSMITTED AS CHECKED BELOW:
For approval For review and comment Issued for construction
As requested Reviewed as noted Issued for bid
For your use For reference only Other:
REVIEW ACTIONS:
No exceptions taken Make revisions Amend and resubmit Rejected None
Remarks:
Kathryn, this is the original document I sent back the signed pdf version
yesterday.