HomeMy WebLinkAbout5.788 Amendment (4)1 REVISED SCOPE OF WORK
AMENDMENT NO. 3 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
11 TIME OF PERFORMANCE
The work for all Tasks shall be completed by October 30, 2008.
111 MAXIMUM COMPENSATION
THIS AMENDMENT NO. 3 is made and entered into this 20th day of March 2008, 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
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:
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 3. The Scope of Work shall include all services and
material necessary to accomplish the work.
The CONSULTANT'S total compensation and reimbursement are stated in the attached
Exhibit B to Amendment 3. Current billing rates are reflected in the attached Exhibit C to
Amendment 3. 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
$1,847,500 is not exceeded.
Amendment No. 2 to I3rown and Caldwell Agreement, 06 -01 Page 1 of 2
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. 3 to the
Agreement as of the day and year first written above.
CITY OF PORT ANGELES:
CONSULTANT:
TITLE:
r
APPROVED AS TO FORM:
CITY ATTORNEY
ATTEST:
Amendment No. 2 to Brown and Caldwell Agreement, 06 -01 Page 2 or 2
EXHIBIT A
To Amendment 3
PROFESSIONAL SERVICES AGREEMENT NO. 06 -01
SCOPE OF SERVICES RELATED TO
PHASE 1 DESIGN SERVICES
FOR THE
PORT ANGELES CSO IMPROVEMENT PROGRAM
Brown and Caldwell (BC) has prepared this Scope of Services for Amendment 3 to the
referenced services agreement in order to fund several unanticipated elements of work
critical to the design effort. The additional work required is described below with reference
to the task structure presented in Amendment 2 (Phase 1 Design Services); cost of service
estimates are reported in Exhibit B.
Task 5.7 (Response to DOE Phase 1 Review):
Background. The Predesign Phase of this project culminated in the development of a report
that defined the specific Phase 1 projects as well as recommended rescheduling of projects
in order to meet the performance requirements of a DOE order in 2010. The report was
intended to provide more detail of the Phase 1 projects and clarity around the long -term
CSO control strategy. In the case of the latter, the report provided information, based on
updated flow modeling, beyond that included the DOE approved Facility Plan and DOE
requested additional analysis to enable them to select a preferred option that best fit their
management of the state's CSO program.
Basis for Request. This task was included in the Design Phase contract to fund the
additional evaluation requested by DOE. We included an amount of $6840, as task 5.7 in
Amendment 2, to address series of questions raised by DOE. Because DOE had not
anticipated that overflows might occur from the control system at the plant, the analysis
became substantially more involved than first expected in order to gain DOE support. In
addition, because the program was being rescheduled and would require funding to
accelerate to earlier years of the City's program, a series of workshops or presentations with
City staff and the City Council were also conducted beyond the scope on the task included
in Amendment 2. It was agreed that charges for work beyond scope would continue to be
applied to this task and funded specifically at such time as any additional amendment might
be warranted.
At the present time, no further related work needs to be performed and therefore the costs
incurred to date beyond the original task budget ($7335) is the amount to be included in
Amendment 3.
Task 6. (Preparation of Contract Documents for Phase 1 Improvements):
Background. Amendment 2 defined the design and preparation of contract documents in
terms of the improvements as described in the Engineering Report (subsequently titled
Amendment to the 2006 CSO Reduction Facilities Plan for consistency with DOE process).
That Plan defined a variety of pipelines to manage combined sewer flows exceeding plant
capacity including a new parallel outfall and connection to the existing Rayonier outfall
diffuser. The design concept adopted for pipelines was based on minimizing the risk to
encountering buried cultural materials. This concept included placing above ground (and
covering with a berm fill) or routing new pipelines to follow previous trenching and
excavations.
Recently the City discovered that any excavation, especially north of the bluff line, may have
a higher risk of encountering cultural materials. At the same time, the City has been in
engaged in formalized archaeological review with state agencies as required to qualify for
state funding programs. As a consequence, the City determined there may be an advantage
to minimizing risk if certain existing, but abandoned, Rayonier pipelines can provide the
additional required outfall capacity. This amendment will fund a determination of suitability
for using an existing Rayonier pipeline and, if so, incorporate that into the project
improvements and .contract documents.
The Corps of Engineers was requested to make a jurisdictional determination with respect to
an identified wetland near a sensitive location of the proposed new pipelines. Upon a site
visit by the Corps of Engineers to resolve this question of jurisdiction, an additional wetland
was discovered near Francis Street Park. While COE proposed regulation is generally
favorable to the project, this wetland has introduced an additional parameter to be taken into
account in the design at this location. The design already presents difficult siting of several
major pipelines, existing and new paved pathway and now a wetland.
Scope of Work. The proposed pipeline is depicted on Rayonier as -built drawings as a 42-
inch diameter Fiberglass Reinforced Pipe (FRP), a pipe material common to industrial
applications. An initial analysis (hydraulic and routing) has been performed to determine the
feasibility of using this pipeline. That analysis has helped to define a larger scope of work
required to determine condition and material adequacy, construction requirements and the
effort to incorporate a new design approach into the Phase 1 contract documents. The
various sub -tasks required to complete this new approach includes the following; the budget
estimate is included in Exhibit B.
1. Condition Assessment. The material and condition adequacy of the existing 42 -inch FRP
pipeline must be determined. This work will include an internal CCTV inspection, where
entry will occur from the valve vault adjacent to the Rayonier foam tank (City forces will
obtain necessary approvals and disassemble the existing piping as necessary for the
inspection equipment access). Brown and Caldwell will also research FRP to develop a
current understanding of the performance and expected service life of this material. This
information will also be used to determine if any rehabilitation of the FRP line, such as
cured in place lining, might be required.
2. Existing City outfall location. The design of new City CSO- related will still assume
alignments adjacent and parallel to the existing City outfall. Because there is conflicting
locations presented by various sources of existing information, the outfall must be located
and accurately mapped onto the contract drawings. This task will be performed using pipe
entry equipment and, possibly, low impact probes (air) to make physical location and depth
measurements.
3. New outfall design. This approach still requires an initial length of new gravity sewer to
be trenched. Our initial analysis determined that a new alignment (versus the current Phase
1 design) will be required. The new alignment will require a shift in 3 other new pipeline
that link the new diversion structure to the storage tank. Connecting structures will be
required to link new pipelines to the existing 42 -inch line and possibly to accommodate
lining the existing 42 -inch pipe if that is found necessary. A method of connection of the
42 -inch from the location of the valve vault through the foam tank and to the 48 -inch
Rayonier outfall must be developed.
4. Pipelines and Pathway Re- Design at Conflicting Wetland. The proposed cross -over valve
and related piping must be shifted east and the pathway alignment on top of the pipeline
berm re- aligned and graded to pass between conflicting wetland and valve vault.
5. Preparation of Exhibits for Permitting, Archaeological and Property Owner Reviews.
We anticipate that specific exhibits such as base maps, aerial photo mapping, etc that are
beyond the contract document requirements will be needed. We have assumed an allowance
additional staff time to provide specific drawings and exhibits as this requirement might
arise.
Products. The new outfall design will be incorporated into the contract documents in the
form of drawings and specifications. The design and documents will be developed to
accommodate reviews at completion levels of 60% and 90% as described in Amendment 2.
Schedule. The current Phase 1 design effort is nearing the 60% delivery milestone at end of
February, 2008. The work described under Amendment 3 requires certain approvals for site
access as well as budget authorization. Based on a Notice to Proceed with Amendment 3
work by end of February, new milestones will be required to accommodate both new work
and additional agency review processes identified by the City. An updated schedule is
provided as Exhibit D. The new milestones will be as follows:
60% Document Review begins by May 1, 2008;
90% Document Review begins by August 1, 2008;
Bid Ready Documents provided by October 1, 2008.
TOTAL
EXHIBIT B
To Amendment 3
PROFESSIONAL SERVICES AGREEMENT NO. 06-01
Budget Estimate
Table 1 Summary of Budgets For Amendment No. 3
Task 5.7 DOE Support
Task 6.0 Design
Pipeline Condition and Locations
New Outfall Design
ReDesign for Wetlands Conflict
Permit Exhibits
Table 2 Summary of all Agreement Tasks and Budgets Through Amendment No. 3
Task
$7,400.00
$28,400.00
$48,000.00
$9,900.00
$9,000.00
$102,700.00
Approved
Amount
Through Amendment
Amend. No.2 No.3
1. Project Management $115,000
2. Survey and Base Mapping $110,600
3. Cultural Resources Consultation $23,000
4. Geotechnical Engineering $145,000
5. Permitting and Environmental $136,800 $7,400
6. Preparation of Contract Documents, including Design $1,041,100 $95,300
7. Bidding Assistance $35,300
8. Additional Alternatives $21,100
9. Plant Flow Management $109,100
10. Additional Cultural and Geotechnical Work $8,000
Subtotals $1,745,000* $102,700
Total Contract Amount Through Amendment No. 3 $1,847,700
EXHIBIT C
To Amendment 3
PROFESSIONAL SERVICES AGREEMENT NO. 06 -01
Consultant Labor Costs
Staff Name
Warburton, Jack
O'Neal, Mike
Kumataka, Gregory
Dave McCleary
Anderson, Gary
Cutter, Jean
Warford, James
Duevel, Nancy
Lubke, Linnea
Morris, Melvan
Matthews, James
Snowden, Donald
Paulson, Joel
Rogers, Scott
Vestergaard Hansen, Bo
Ian Frank
Leavitt, Arthur
Pena, Michael
Kimball, Kelly
Sandy Redsteer
Wagner, David
Hamilton, Ada
Williams, Heather
Kramer, Lynn
Deaterla, Damion
Jacquemart, Joseph
Adkins, Una
Kreider, Tiffany M
Wilcox, Shirley
Job Title
Sr. Vice President
Managing Engineer
Managing Engineer
Managing Engineer
Managing Engineer
Principal Engineer
Prinicpal Construction Engineer
Supervising Engineer
Supervising Engineer
Supervising Engineer
Supervising Construction Engineer
Supervising Construction Engineer
Senior Engineer
Senior Engineer
Engineer III
Engineer III
Engineer III
Engineer II
Engineer II
Engineer II
Engineer I
Geologist/Hydrogeologist I
Principal Designer
Senior Designer
Senior Drafter
Drafter
Project Coordinator II
Project Coordinator II
Word Processor IV
Non salary Reimbursable Costs
Hourly Rate
$241.60
$198.26
$200.44
$198.69
$188.94
$148.87
$163.38
$198.69
$172.84
$159.38
$185.70
$176.34
$144.44
$134.26
$124.67
$119.05
$116.90
$104.44
$103.87
$100.14
$95.91
$92.70
$119.54
$110.02
$72.90
$67.44
$89.79
$73.13
$85.49
Brown and Caldwell does not maintain pre- determined charge -out rates for direct, non salary
project costs. As these costs are incurred on a project as services rendered and charged by
invoice they are billed to the client in accordance with contract terms. Project related travel using
company -owned automobiles is billed at $.60 per mile; personal vehicles are billed at the current
rate allowable by IRS and rental vehicles are billed at actual cost.