HomeMy WebLinkAbout5.775 Original ContractAGREEMENT ADJUSTING BUDGET AND
CLOSING OUT TASKS
RELATING TO: WASTEWATER AND STORMWATER ENGINEERING AND
PLANNING SERVICES
THIS AGREEMENT is made and entered into the � day of 1 , 2009 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 authorized to do
business in the State of Washington (hereinafter called the Consultant).
For and in consideration of the covenants and agreements set forth below, the parties hereby
recite, covenant and agree as follows:
1. PRIOR AGREEMENTS. On March 27, 2006, the parties entered into an "Agreement for
Professional Services." On May 15, 2007, the parties entered into "Amendment No. 1 to
the Agreement for Professional Services. The Agreement for Professional Services and
the Amendment No. 1 to the Agreement for Professional Services are incorporated herein
by this reference and may hereinafter collectively be referred to as "the Prior
Agreements."
2. ADJUSTMENT TO BUDGET FOR TASK NO 6. The Prior Agreements provide that
"The budget for any Task may be further adjusted by mutual agreement without an
amendment to the [Prior Agreements]...." One purpose of this Agreement is to effect
such an adjustment, a reduction, to the budget for Task No. 6.
The original budget for Task No. 6 was $50,000.00. The parties have reviewed the work
performed by the Consultant for and on Task No. 6. The parties have agreed to, and do
hereby, adjust the budget for Task No. 6 by decreasing the compensation due to the
Consultant to $41,137.05, which is a reduction of $8,862.95. The City has already paid
$41,137.05 to the Consultant on account of Task No. 6. The Consultant hereby accepts
$41,137.05 for Task No. 6 as the final, complete, and total compensation due to the
Consultant on account of work performed for Task No. 6.
3. TASK NOS. 3 and 6 COMPLETE. The Prior Agreements described several Tasks that
the Consultant agreed to perform. Those include Task No. 3 (design and engineering)
and Task No. 6 (construction support) for the Port Angeles Eastern UGA Interceptor
Sewer. The parties agree that the Consultant's work on Task Nos. 3 and 6, in its entirety,
is complete. No further work will be done by the Consultant, and no further work is due
from the Consultant, on Task Nos. 3 and 6. The parties agree that neither has any
further claim or obligation with regard to Task No. 3 or 6.
4. ADJUSTMENT TO BUDGET FOR OTHER TASKS. After reconciliation of the
6 ��s
5. INCORPORATION. This writing incorporates the entire Agreement of the parties with
regard to the subject matter hereof. There are no other Agreements. Subject to the
budget adjustments and closeout of Task Nos. 3 and 6 as stated in this Agreement, the
Prior Agreements are hereby affirmed and ratified.
/ IN WITNESS WHEREOF, the parties have entered into this Agreement this eit day of
Nr'/L°�+ , 2009.
CITY OF PORT ANGELES
B y' By: 5 R 1 9AID,F 2016
Title:
U i G F },r2E5/i9EX/ l
Approved as to form:
accounts for work performed on Task Nos. 3 and 6, the parties agree that the Consultant
shall allow to the City a credit for other work performed by the Consultant for the City.
The amount of the credit shall be $32,000. The City may apply this credit to invoices
submitted, by the Consultant to the City for work done by the Consultant on tasks under a
separate Agreement known as CSO Projects Phase 1. The credit must be applied in 12
equal monthly amounts of $2,666.67 by the City on invoices submitted during the period
October 1, 2009 through October 31, 2010.
- 7
William E. Bloor
City Attorney
Brown &Caldwell budget admustment.100509.doc
2
BROWN AND CALDWELL
CONSULTANT
v~
5.7/5
"'"
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
BROWN AND CALDWELL
PROJECT 06-05
RELATING TO: WASTEWATER AND STORMWATER ENGINEERING AND PLANNING
SERVICES
THIS JIG REEMENT is made and entered into this ~7tA..day of ~ ~ .Vt ,
20q8':tby and between THE CITY OF PORT ANGELES, a non-charter cod ity of the State of
Washington, (~ereinafter called the "CITY") and BROWN AND CALDWELL, INC., a California
Corporation authorized to do business in the state of Washington (hereinafter called the
"CONSULTANT").
WHEREAS, the CITY desires engineering, consulting, and planning assistance related to
wastewater and stormwater systems; and
WHEREAS, the CITY desires to engage the professional seNices and assistance of a qualified
consulting firm to perform theJ'scope of work as detailed in Exhibit A, and
WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the
State of Washington for professional registration and/or other applicable requirements, and
WHEREAS, the CONSULTANT represents that it has the background, experience, and ability
to perform the required work in accordance with the standards of the profession, and
WHEREAS, the CONSULTANT represents that it will provid~\ualified personnel and
appropriate facilities necessary to accomplish the work; \
NOW, THEREFORE, in consideration of the above representations and the terms, conditions,
covenants, and agreements set forth below, the parties hereto agre~f~llowS:
I SCOPE OF WORK \J
The scope of professional seNices to be performed for Tasks 1-4 and the results to be
achieved by the CONSULTANT shall be as detailed in the attached Exhibit A and shall include
all services and material necessary to accomplish the work. The scope(s) of work for Task 5,
Directed Services, will be determined by mutual agreement, with authorization to proceed
given to the CONSULTANT by the CITY in writing.
The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, the
CONSULTANT shall make such changes as may be required by the CITY. Such changes
shall not constitute "Extra Work" as related in Section XII of this Agreement.
2006 Brown & Caldwell Agreement Project 06-05
Page 1 of 7
..
The CONSULTANT agrees that all services performed under this Agreement shall be in
accordance with the standards of the engineering profession and in compliance with applicable
federal, state and local laws.
The Scope of Work may be amended upon written approval of both parties.
II OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, photographic negatives, or other
presentations of the work shall become the property of the CITY for use without restriction and
without representation as to suitability for reuse by any other party unless specifically verified
or adapted by the CONSULTANT. However, any alteration of the documents, by the City or by
others acting through or on behalf of the City, will be at the City's sole risk.
III DESIGNATION OF REPRESENTATIVES
Each party shall designate its representatives in writing. The CONSULTANT'S representative
shall be subject to the approval of the CITY.
IV TIME OF PERFORMANCE
The CONSULTANT may begin work upon execution of this Agreement by both parties and the
duration of the Agreement shall'extend through January 31, 2007. The work shall be
completed in accordance with the schedule set forth in the attached Exhibit A.
V PAYMENT
The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such
payment shall be full compensation for work performed, services rendered, and all labor,
materials, supplies, equipment and incidentals necessary to complete the work.
A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and
profit plus CONSULTANT'S direct non-salary reimbursable costs as set forth in the
attached Exhibit C.
1. Labor costs shall be based on the hourly rates shown in Exhibit B. Hourly rates shall be
based upon an individual's hourly wage, times the total number of hours worked, times
a multiplier of 3.306 . The multiplier shall include overhead, CADD, computer and
profit.
General clerical time shall be considered an overhead item, except where specific
work items are involved that require one hour or more continued effort, In which case
time will be charged on the basis of hours worked.
2. The direct non-salary reimbursable costs are those directly incurred in fulfilling the terms
of this Agreement, including, but not limited to, travel, subsistence, telephone,
reproduction and printing, supplies and fees of outside services and consultants. No
2006 Brown & Caldwell Agreement, Project 06-05
Page 2 of 7
overhead and profit may be added to direct non-salary reimbursable costs.
B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall
detail the work, hours, employee name, and hourly rate; shall itemize with receipts and
invoices the non-salary direct costs; shall indicate the specific task or activity in the Scope
of Work to which the costs are related; and shall indicate the cumulative total for each task.
C. The CITY shall review the invoices and make payment for the percentage of the project
that has been completed less the amounts previously paid.
D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event
of a disputed billing, only the disputed portion will be withheld from payment.
E. Final payment for the balance due to the CONSULTANT will be made after the completion
of the work and acceptance by the CITY.
F. Payment for "Extra Work" performed under Section XII of this Agreement shall be as
agreed to by the parties in writing.
VI MAXIMUM COMPENSATION
Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation
and reimbursement under this Agreement, including labor, direct non-salary reimbursable
costs and outside services, shall not exceed the maximum sum of $850,000.00. The budget
for Tasks 2-4 are as set forth in the attached Exhibit B. The budget for Task 1, Re-Rating of
the WWTP, shall not exceed $25,000. The budget for Task 5, Directed Services, is $50,000.
Budgets for task(s) may be modified upon mutual agreement between the two parties, but in
any event, the total payment to CONSULTANT shall not exceed $850,000.00.
In addition, because Clallam County is funding Task 3, East UGA Sewer Extension, notice to
proceed will be issued to the CONSULTANT for Task 3 only after Clallam County has
authorized the CITY to do so.
VII INDEPENDENT CONTRACTOR STATUS
The relation created by this Contract is that of owner-independent contractor. The Contractor
is not an employee of the City and is not entitled to the benefits provided by the City to its
employees. The Contractor, as an independent contractor, has the authority to control and
direct the performance of the details of the services to be provided. The Contractor shall
assume full responsibility for payment of all Federal, State, and local taxes or contributions
imposed or required, including, but not limited to, unemployment insurance, Social Security,
and income tax.
VIII EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services
under thiS Agreement, shall be considered employees of the CONSULTANT only and not of
2006 Brown & Caldwell Agreement, PrOject 06-05
Page 3 of 7
the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said
employees while so engaged, and any and all claims made by a third party as a consequence
of any negligent act or omission on the part of the CONSULTANT'S employees while so
engaged, on any of the work or services provided to be rendered herein, shall be the sole
obligation and responsibility of the CONSULTANT.
In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY
employee without the City's written consent.
IX NONDISCRIMINATION
The CONSULTANT shall conduct its business in a manner, which assures fair, equal and
non-discriminatory treatment of all persons, without respect to race, creed or national origin, or
other legally protected classification and, in particular:
A. The CONSULTANT shall maintain open hiring and employment practices and will welcome
applications for employment in all positions, from qualified individuals who are members of
minorities protected by federal equal opportunity/affirmative action requirements; and,
B. The CONSULTANT shall comply with all requirements of applicable federal, state or local
laws or regulations issued pursuant thereto, relating to the establishment of non
discriminatory requirements in hiring and employment practices and assuring the service
of all persons without discrimination as to any person's race, color, religion, sex, Vietnam
era veteran status, disabled veteran condition, physical or mental handicap, or national
origin.
X SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement
without the written consent of the CITY.
B. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT
for work to be performed pursuant to a subcontract, including procurement of materials
and equipment, each potential subconsultant or supplier shall be notified by the
CONSULTANT of Consultant's obligations under this Agreement, including the
nondiscrimination requirements.
XI CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may
request changes in the scope of work. Such changes shall not become part of this Agreement
unless and until mutually agreed upon and incorporated herein by written amendments to this
Agreement executed by both parties,
XII EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in
2006 Brown & Caldwell Agreement, Project 06-05
Page 4 of 7
connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor
revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and
shall be addressed in a written supplement to this Agreement. The CITY shall not be
responsible for paying for such extra work unless and until the written supplement is executed
by both parties.
XIII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not less than ten (10) days
written notice to the CONSULTANT. Written notice will be by certified mail sent to the
consultant's designated representative at the address provided by the CONSULTANT.
B. In the event this Agreement is terminated prior to the completion of the work, a final
payment shall be made to the CONSULTANT, which, when added to any payments
previously made, shall compensate the CONSULTANT for the percentage of work
completed.
C. In the event this Agreement is terminated prior to completion of the work, documents that
are the property of the CITY pursuant to Section II above, shall be delivered to and
received by the CITY prior to transmittal of final payment to the CONSULTANT.
XIV INDEMNIFICATION/HOLD HARMLESS
The CONSULTANT agrees to indemnify the CITY from any claims, damages, losses, and
costs, including, but not limited to, attorney's fees and litigation costs, arising out of claims by
third parties for property damage and bodily injury, including death, caused solely by the
negligence or willful misconduct of the CONSULTANT, CONSULTANT employees, affiliated
corporations, officers, and subcontractors in connection with the work performed under this
Agreement.
The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and
costs, including, but not limited to, attorney's fees and litigation costs, arising out of claims by
third parties for property damage and bodily injury, including death, caused solely by the
negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with
the work performed under this Agreement.
If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified
above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense
shall be shared between the CONSULTANT and the CITY in proportion to their relative
degrees of negligence or willful misconduct and the right of indemnity shall apply for such
proportion.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the
CONSULTANT, the CITY, and the officers, officials, employees, and volunteers of either, the
CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S
2006 Brown & Caldwell Agreement, Project 06-05
Page 5 of 7
negligence. It is further specifically and expressly understood that the indemnification provided
herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51
RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a
third person set forth in RCW 51.24.035.
XV INSURANCE
The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the work hereunder by the CONSULTANT, its agents,
representatives, employees or subcontractors.
The CONSULTANT shall provide a Certificate of Insurance evidencing:
1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per
accident for bodily injury and property damage; and,
2. Commercial General Liability insurance written on an occurrence basis with limits no less
than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal
injury, bodily injury and property damage. Coverage shall include but not be limited to:
blanket contractual; products/completed operations; broad form property damage; explosion,
collapse and underground (XCU) if applicable; and employer's liability; and,
3. Professional Liability insurance with limits no less than $1,000,000 per claim.
Any payment of deductible or self-insured retention shall be the sole responsibility of the
CONSULTANT.
The CITY shall be named as an additional insured on the Commercial General Liability
insurance policy, as respects work performed by or on behalf of the Consultant and a copy of
the endorsement naming the CITY as additional insured shall be attached to the
Certificate of Insurance. The CITY reserves the right to review a certified copy of all required
insurance policies in the CONSULTANT's office.
The CONSULTANT'S insurance shall contain a clause stating that coverage shall apply
separately to each insured against whom claim is made or suit is brought, except with respects
to the limits of the insurer's liability.
The CONSULTANT'S insurance shall be primary insurance as respects the CITY, and the
CITY shall be given thirty (30) days prior written notice of any cancellation, suspension or
material change in coverage Consultant's insurer will provide notIfIcation of a cancellation in
coverage, and Consultant will provide notification of any material change.
2006 Brown & Caldwell Agreement, Project 06-05
Page 6 of 7
XVI APPLICABLE LAW
This Agreement shall be construed and interpreted in accordance with the laws of the State of
Washington, and in the event of dispute the venue of any litigation brought hereunder shall be
Clallam County.
XVII EXHIBITS AND SIGNATURES
This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior
written or oral understandings, and may only be changed by a written amendment executed by
both parties. The following exhibits are hereby made a part of this Agreement:
Exhibit A - Scope of Work and Schedule
Exhibit B - Budget for Each Task, Including Consultant Labor Costs and Non-salary
Reimbursable Costs
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and
year first written above.
CITY OF PORT ANGELES
~
&;~RM:
BILL BLOOR, CITY ATTORNEY
CONSULTANT
ATTEST:
TITLE:
2006 Brown & Caldwell Agreement, Project 06-05
Page 7 of 7
EXHIBIT A
PROJECT 06-05
TASK 1
RE-RATING OF THE WASTEWATER TREATMENT PLANT
Task l's Scope of Work for engmeering services to be provided by Brown and Caldwell (BC) IS for
additional re-rating effort for the City of Port Angeles, Washington (City).
This task is further described as follows:
Re-rating of the WWTP
Objective. This task involves the completion of a re-rating (or Capacity Assessment) of the WWTP,
based on comments already received by the Department of Ecology (Ecology), and mcorporation as an
appendIx of BC' s "Draft Port Angeles Combined Sewer Overflow (CSO) Reduction Facilities Plan"
(October 2005). Ecology comments addressed data gaps described as mostly a result of minimal rain
events last year during the drought. BC will fill in these data gaps during the next rainy season and
provide it to Ecology in time to get a new rating on the WWTP during the forthcoming NPDES
permitting cycle. BC will also "clean-up" the re-rating report as much possible with the data in hand and
get it approved as an appendix in the CSO Reduction Facilities Plan.
Budget. BC proposes to perform the above-described services on a time-and-materials basis for an
estimated not-to-exceed amount of $25,000.
- End of Task 1
PlOJCct 06-05. ExhIbit A, Scope of Work
Malch 2006
page I of 15
TASK 2
UPDA TE TO THE GENERAL SEWER PLAN
Task 2' s Scope of Work for engmeering services to be provided by Brown and Caldwell (BC) is for
additional wastewater planning for the City.
This task is further described as follows:
General Sewer Planning Services
Objective. This task involves the modification of BC's CSO Reduction Facilities Plan" to provide
additional general sewer planning analysis recently required by Ecology via a Unilateral Order signed
with the City in late 2005. The Draft Facilities Plan is currently in a format which makes it suitable to
serve as a CSO Reduction Plan per WAC 173-245-040, a Wastewater Engineering Report per WAC
173-240-060, and a Wastewater Facilities Plan per the EPA's Facilitv Plan Manual of Procedures, 1973.
The Draft Facilities Plan also has nearly all of the elements of a General Sewer Plan (GSP) per WAC
. 173-240-050. In order to revise the Draft Facilities Plan to provide the last remaining GSP elements to
the satisfaction of the Unilateral Order, pipe flow modeling is necessary to identify potential collection
system capacity deficient areas or "pinch points" over the 20-yr planning period 2006 - 2026. BC
proposes to extend the existing pipe flow model used for CSO planning to the extent of the City's
collection system by making population projection assumptions and using survey data from the City's
GIS sewer database. BC used this method successfully to project the increase in sewer flow due to the
new hardwood floor mill within the City's Western Urban Growth Area (UGA) that opened in late 2005.
To provide a complete wastewater planning document under one cover, BC will also combine previous
Eastern and Western UGA sewer planning reports prepared in 2005 with the Draft Facilities Plan to
document the projected increase in wastewater flow due to the addition of the Western UGA and Eastern
UGA area south of SR101 into the City's current collection system.
Subtask 1: Extension of Pipe Flow ModeliDl~:
As described above, BC will use the current CSO pipe flow model, built usmg DRI Software's MOUSE
software program, to estimate pipe flow capacity defiCIent areas or "pinch points" in the CIty's sewer
collection system.
Subtask 2: Refinement of CSO Facilities Plan Report
The results of the above-described modeling effort WIll be summarized in an updated CSO Facility Plan
Report. Once completed, this plan will serve as the FacilIty Plan for the CIty moving forward, and it will
include the required elements of a CSO Plan, Wastewater Engmeering Report, Wastewater FaCIlities
Plan, and General Sewer Plan. The updated plan will also mclude recent service area revisions mcludmg
the Western UGA and the area of the Eastern UGA south of SR 101.
Subtask 3: Proiect Meetings
It is assumed that BC will attend a total of two meetmgs with the CIty and/or Ecology dUrIng the
preparatIOn of the above-descrIbed services.
City Responsibilities.
· ProVIde any available sewer collectIOn pipe flow and /01' pump statIOn flow data for use
m modelmg work
ProJcct 06-05, ExhIbIt A, Scope of Work
Mal ch 2006
pagc 2 of 15
· Provide an MS Word version of the Final Western UGA FacIlitles Plan document
completed by another consultant during 2005.
· Provide information on known pipe capacity and/or pump station problems within the
collection system.
. Provide review comments on the draft deliverable.
Deliverables. Draft and Final CSO Facilities Plan with Unilateral Order reqUIred elements as described
above included in the plan document.
Assumptions. Assumptions are described as follows:
· Assumes two project meetings as described above.
· Assumes two deliverables as described above.
· Assumes no additional Ecology requirements for this planning effort other than the
services described above.
Schedule. Brown and Caldwell proposes to submit a draft of the CSO Reduction Facilitles Plan,
including the above-described additional GSP elements, for City reVIew and comment by April 28,
2006. Upon receipt of City comments on this submittal, the Final CSO Facilities Plan will be prepared
and submitted to Ecology. It understood that Ecology has required in their recent Unilateral Order
agreement with the City that this document be submitted by September 1, 2006. However, it is
recommended that the City submit this plan as soon as feasible to allow several months for Ecology plan
review! approval and adequate time to address their comments, if any. It IS desIred that the Ecology-
approved CSO Facilitles Plan be available for use in applying for a State Revolving Fund (SRF) loan by
the October 31,2006 deadline. An approved FacilIties Plan is required for SRF applIcation. The SRF
money is being proposed to partially fund the City's CSO capital improvement program.
Budget. BC proposes to perform the above-descnbed serVIces on a time-and-materials basIs for an
estimated $48,709. A detailed cost summary is attached as part of Exhibit B.
- End of Task 2
Project 06-05, ExhlhIt A Scope of Work
March 2006
page 3 of 15
TASK 3
PORT ANGELES EASTERN UGA INTERCEPTOR SEWER
Brown and Caldwell (BC) is pleased to present this draft Scope of Services for the design of an
approximate 12-inch interceptor sewer system, designed to accommodate 2.5-million gallons per day
(mgd) flow at 100% connection, located in the Port Angeles Eastern Urban Growth Area (EUGA). This
Scope of Services is based upon the anticIpated engineering services necessary for design of the sewer in
the right-of-way (ROW) along US 101 and County and City ROWand easements in the EUGA to the
existing Port Angeles wastewater treatment plant (WWTP). The approximate overall length of the
interceptor sewer is 19,000 hneal feet. A total of two submersible-type duplex sanitary sewer pump
stations along its proposed ahgnment are included in thIS Scope of Services. The schedule for
completion of the Scope of Services is estimated to be seven months after the effective date of Notice to
Proceed for Design Subtasks 1-8 with six additional months estimated for construction of the
interceptor.
The Scope of Services has been separated into eight different Subtasks for clarity including project
management, survey and base mapping, cultural resources assessment, geotechnical engineenng, pre-
design memo, permitting, traffic control engineering, and detailed design. Financial services were
already completed as part of a separate Task dunng early 2006. No contingency hours have been
assumed in this estimate. See Table 1-1 for an estimate of consultant hours, including all subconsultants,
and estimated schedule for design activities.
A cost breakdown for each Subtask listed below is attached as part of Exhibit B. A total budget of
$665,559 is estimated for our Scope of Services described herem.
Table 1-1. Proposed Consultant Design Sub tasks and Estimated Schedule
Estimated Estimated Schedule
Design Subtask Description Consultant Start Date Finish Date Duration
Hours
Subtask 1 - Project Management 100 hrs 04/03/2006 11/03/2006 7 months
Subtask 2 - Survey and Base 550 hrs 04/17/2006 06/02/2006 6 weeks
Mapping
Subtask 3 - Cultural Resources 200 hrs 04/17/2006 08/18/2006 4 months
Assessment
Subtask 4 - Geotechnical 220 hrs 04/17/2006 OS/26/2006 2 months
Engmeering
Subtask 5 - Pre-DeSIgn Memo 80 hrs 04/17/2006 05/12/2006 1 month
Subtask 6 - Permittmg 320 hrs 04/17/2006 10/20/2006 6 months
Subtask 7 - Traffic Control 290 hrs 06/05/2006 11/ 10/2006 6 months
Engineering
Subtask 8 - DetaIled Design 3,480 hrs 06/05/2006 11/10/2006 5 months
Total Estimated Hours: 5,240 hrs
ASSUMPTIONS
The followmg was assumed m developmg the Scope of SerVIces:
1 One IteratIOn of plan changes after the 50% submIttal and one IteratIOn of plan changes after the
100% submIttal are mcluded.
PloJect 06-05, Exhibit A, Scope of Work
March 2006
page 4 or 15
2. Yard lighting design, landscape desIgn, archItectural design, and imgation design are not
included.
3. Other than the cultural resources assessment, the Scope of Services does not include speCIal
studies such as environmental investIgations or assessments, underground storage tanks studIes,
or wetland determinations.
4. No retaining walls or rockeries are required.
5. Assumes at total of twelve meetings with the City and/or County during design.
6. No construction management services, such as bid services, submittal review, inspection, record
drawings, etc. are included in the Scope of Services. A proposal will be submitted separately for
these services upon request.
Subtask 1. Project Management
Objective:
To provide overall leadership and team strategIC guidance aligned with the City of Port Angeles (City)
and Clallam County (County) staff objectives. To coordinate, monitor, and control the project resources
to meet the technical, communication, and contractual obligations required for developing and
implementing the interceptor sewer.
Activities:
1.1 Invoices/Status-Prepare monthly invoices, mcluding expenditures by Subtask, hours worked by
project personnel, and other direct expenses with the associated backup. Comparisons of monthly
expenditures and cumulative charges will be compared to budget by Subtask, including cost-to-
complete, earned value, cash flow, and certifIed firm partiCIpation.
1.2 Coordination with the Owner-Maintain communication with the CIty and County through onsite
meetings (up to 10) and via voice, modem, and fax communication.
1.3 Management and Coordination of Staff-Manage and coordinate the technical and scope issues
of the overall project. Conduct progress meetings as appropriate.
1.4 Coordination of Subconsultants-Coordmate with subconsultants on specific Subtasks, scope,
and budget. Conduct progress meetings as appropriate.
1.5 QA/QC-Conduct quality review of the deSIgn documents and related materials. Review the City's
comments and QAlQC reviewers' comments and mcorporate them into the final versions of the design
documents.
Subtask Deliverables
BC shall delIver to the City (with cc to County) a monthly inVOIce and status report covenng the work
on the project performed during the previous month.
Subtask 2.Survey and Base Mapping Services
Objectlve:
ThIS Subtask Includes detaIled surveYing necessary for prepanng the proposed Interceptor deSIgn
including surveYing of eXIsting utIlItIes. Survey and mapping shall be performed by a survey
subconsultant The survey subconsultant shall perform control survey and prepare topographIc mapping
Clty and County Involvement:
ProVIde eXIstmg surveYing and mapping electrolllc fdes for the area
PIOJcct 06-05, EAhlblt A Scope of Work
MaIch 2006
pagc 5 of I 5
Activities:
The survey subconsultant shall perform surveying along the following alignment:
· Begin at intersection of Morse Homestead Rd. and N Masters Rd.
· N. Masters Rd. to SR 101
· SR 101 to Slate Dr.
· Slate Dr. to Kemp St.
· Kemp St. to S. Brook Ave.
· S. Brook Ave. to E. Myrtle St.
· E. Myrtle St. alignment between N. Brook St. and E. Mahogany St.
· SR 10 1 from Brook St. to Monroe Rd.
· Monroe Rd. to E. Pioneer Rd.
· E. Pioneer Rd. to N. Baker St.
. N. Baker St. to 3rd Ave.
. 3rd Ave. to E. Harborcrest PI.
· E. Harborcrest PI. to Port Angeles WWTP
· End at Port Angeles WWTP headworks
The survey subconsultant shall collect the follOWIng from the above-referenced alignment:
1. Ground Data: Provide topographic contours at 2-foot intervals from back of ditch line to back of
ditch line along the roadway alignments listed below. Include sufficient data to determme the
fore slope, back slope and flow line of the ditch areas. Provide pomt data and TIN model data in
AutoCAD format. Data shall be on horizontal datum North American Datum of 1983, NAD 83
and vertical datum North American Vertical Datum of 1988, NA VD 88.
2. Buildings: Main bUIlding comers, sheds, outbUIldings and noted accessory buildings that
encroach within 25-feet of the edge of pavement.
3. Utilities: As-built locatIOn of underground and above ground utility lines, roadway paving and
stripmg channelization, culverts, utility poles, overhead wires/guy wires and other major right-
of-way improvements within 25-feet of the edge of pavement. UtilIty lines and appurtenant
structures shall include such items as water, storm, sewer, electrical, phone, cable TV, natural
gas (includes valves, hydrants, drainage structures and sewer manholes with rim and invert
elevations), wells, drain field mspection ports, cleanouts, vaults, nsers, pedestals and meters
from best available information, visual InSpectIOn and thIrd party locate serVIces. Coordmation
of all third party locate serVIces shall be the responsIbIlIty of the surveyor.
4. Landscapmg: Locate all landscaped trees and SIgnIfIcant shrubs or other decoratIve plants (36"
<) dIameter, edges of lawn or other maintained grounds WIthin the specifIed lImits of the survey.
Defme all bnck and/or concrete paths, SIdewalk, asphalt/concrete pavIng and driVIng/parking
surfaces, any pertinent or other maintained or manIcured Improvements, all fences and walls.
5. MedIa: The survey informatIOn shall be prOVIded electrOnIcally in AutoCAD 2002 format along
WIth two complete stamped and SIgned hardcopy record sets (scale 1" = 20').
Project 06-05, ExhIbIt A, Scope of Work
Mdrch 2006
page 6 of 15
6. This project does not mclude any survey of the right-of-way or boundary control. No right-of-
way survey markers or property comers will be set and no recordable document will be
produced.
7. The survey along SR101 will include half-roadway along the proposed alignment.
8. Survey Soil Boring Locations. Field surveying shall be performed to locate soil bonngs
performed for the pipeline design.
Subtask 3.Cultural Resources Assessment Services
Objective:
Using histoncal documents and SIte reconnaissance surveys, the subconsultant wIll perform an
assessment along the interceptor alignment to evaluate for the presence or likelihood of cultural
resources within the project area. This assessment will be performed in a manner consistent with
professional standards in Washington State.
City and County Involvement:
Comment on subconsultant's draft cultural resources assessment report.
Activities:
The subconsultant will be present during geotechnical invasive work (described below) to assess for
archaeological remains in the areas selected for drilling and sampling. The subconsultant will perform
background s records research and interviews prior to invasive work to Identify areas of archaeological
concern along the alignment.
Subtask Deliverable
Cultural resources assessment report (draft and final).
Sub task 4. Geotechnical Services
Objective:
To determine the soil characteristics and foundation requirements and their influence on the civIl and
structural design of the interceptor, jack-and-bore crossings, and two pump stations.
City and County Involvement:
Provide geotechnical data from previous vicinity geotechnical explorations or invasive work. ASSIst in
obtaming right-of-way and right-of-access permitting supporting of geotechnical drilling.
Activities:
4.1 Preliminary Evaluation-Review existmg subsurface data for the areas along the interceptor
alIgnment. The review WIll be performed usmg general soils maps, site reconnaissance information, and
from prevIOUS expenence on local SItes. Based on the review, judgments of the subsurface conditions
and anticipated geotechnical Issues to conSIder for the alIgnment wIll be proVIded.
4.2 Invasive Work.
The scope of this Subtask shall consist of all work necessary to evaluate the SOlIs charactenstlcs and
foundatIOn reqUIrements along the UGA east mterceptor alIgnment and determine their influence on the
CIvIl and structural deSIgn. The geotechmcal subconsultant shall perfonn a One-Call publIc utIlIty locate
and prIvate utIlIty locate using a subcontracted locate fIrm prIor to mvasive work. Upon completIOn of
the utIlIty locate, up to 8 bOrIngs usmg a subcontracted dnllIng rIg shall be done along the proposed
alIgnment The geotechmcal subconsultant shall proVIde a summary rep011 of theIr fmdmgs Includmg
the follOWIng
PrOject 06-05. Exhlhlt A, Scope of Work
March 2006
page 7 of [5
1. Evaluation of subgrade conditions, including the presence and influence of eXIsting fIll and/or
other existing compressible or weak soils observed in the explorations
2. DesIgn recommendatIOns for trench excavations, jack-and-bore drilling, pipe support, bedding,
backfill considerations, and dewatering.
3. Design recommendations for pump station wet well, vaults, and structure foundations and
excavation considerations.
5. Recommendations/specifications for soil excavation and earthwork, including slope stability and
treatment, as may be appropriate.
Subtask Deliverable.
The subconsultant shall prov~de hard copies of the UGA east interceptor geotechnical investigation
report (Draft and Final).
Subtask 5. Pre-Design Memo
Objective:
Concurrent with the aforementioned pre-design services (surveying, geotechnical engineering, and
cultural resources assessment), BC will develop a pre-design memo (draft and final) which provides the
design criteria for each project discipline (civil, mechanical, structural, electncal, I&C). Pumps, pIping,
and valves will be pre-selected and described in this memo. Also included will be a design and
construction schedule with major project milestones, a bibliography of project reference materials, a
description of applicable design standards (WSDOT Standards, ACI, etc), the format of project drawmgs
and specifications, and a recommendation for project equipment pre-purchasing.
City and County Involvement:
Review and comment on draft pre-desIgn memo
Subtask Deliverables
Pre-design memo (draft and final)
Sub task 6.Permitting
Objective:
BC will prepare and submit all permit applIcations for the project. A lIst of reqmred permits for thIS
project is included m Table 6-1 below.
Table 6-1. Anticipated Permits Required for Interceptor Installation
Route Description Anticipated Permitting Activity Estimated Lead Time
SRIOl Interceptor County ROW Permit < 1 month
Alignment
County Electncal PermIt < 1 month
County SEP A ChecklIst ReVIew 1-3 months
County Development ReVIew 1-3 months
County Land Use Approval 1-3 months
County CrItIcal Areas CertifIcate of ComplIance 1-3 months
CIty Environmentally SenSItIve Area ReVIew 1-3 months
WSDOT UtIlIty FranchIse 3-6 months
Tnbal Subsurface ArchaeologIcal Assessment 3-6 months
PlOJcct 06-05, E:.Jllblt A, Scopc of Work
Mal eh 2006
page 8 of 15
City and County Involvement:
Review permIt applications prior to submittal to various agencies. Provide permit applIcation fees.
Activities:
Permitting applIcations will be prepared where required for the above-listed permits.
Subtask Deliverables
Permit applications (draft and final).
Subtask 7. Traffic Control Engineering Design
Objective:
To perform traffic control engineering design up to and including final drawings and specifications
suitable for inclusion in a contract for public bidding. A subconsultant will be used for this Subtask.
City and County Involvement:
Review and approve design submittals.
Approach. This Subtask consists of all work necessary for completion of control design included in this
project. This Subtask includes traffic control plans for the WSDOT SR101 ROWand County ROW
portions of the alignment. Standard MUTCD, WSDOT, County, and City traffic control plans will be
used where feasible.
Sub task Deliverables
50%, 100% and "For Construction" DrawIngs and Specifications containing the desIgn elements as
described above. All drawings shall be prepared in AutoCAD Release 2006. Drawings will be In 2-
dimensional format. DrawIngs and specifIcations will also be prepared in complIance with City and
county standards. The traffic control drawings will be submitted concurrent and inclusive of the design
drawings and specifications as described In Subtask 8. below.
Sub task 8.Sewer Interceptor Detailed Design Services
Objective:
Upon acceptance of the pre-design memo and pre-design Subtasks described above, BC will develop
detailed plans and specificatIOns for the EUGA interceptor project.
City and County Involvement:
ReVIew and approve design subIll1ttals.
Activities:
Subtask 8.1 Civil Design
Objective. To perform civil and SIte deSIgn up to and IncludIng final drawIngs and specIfIcatIOns
sUItable for Inclusion in a contract for public bidding.
Approach. ThIS Subtask consIsts of all work necessary for completIOn of CIvIl and SIte deSIgn Included
In thIS project. ThIS Subtask mcludes demolItIOn, desIgn of mterceptor gravIty and press'ure pIpIng,
pressure plpmg surge analYSIS, pIpelIne combinatIOn valves, mamlme valves, bleed valves, control
valves, and flow meters, manholes, SIte excavation and gradmg desIgn, eroSIOn control desIgn,
stormwater constructIOn pollution preventIOn plan preparation, roadway Jack-and-bore deSIgn, pavmg,
stnpmg, and SIte restoratIOn deSIgn. ThIS Subtask does not mclude deSIgn of sanItary sewer system
PIOJCct 06-05 ExhIbit A Scope of Work
Malch 2006
page 9 of 15
hook-ups / septic system abandonments for property owners along the interceptor alignment - these
services can be provided upon request. BC will make use of existing utility corridors as much as
feasible along the alignment.
Sub task 8.2 Mechanical Design
Objective. To perform mechanical design of two duplex submersible pump stations along the
interceptor alignment including pumps, valves, odor control, and surge suppreSSIOn system (if
necessary).
Approach. This Subtask shall consIst of all work necessary for completion of the mechanical design
associated with the submersible pump stations. The mechanical design shall be based on design cnteria
established in the pre-design memo. Mechanical design drawings shall include plans, sections, and
details of areas where all mechanical equipment, piping, and plumbing are to be installed.
Sub task 8.3 Structural Design
Objective. To perform structural design required for the submersible pump stations and generator
buildings up to and including final drawings and specifications suitable for inclusion in a contract for
public bidding.
Approach. This Subtask shall consist of all work necessary for completion of the structural design for
the interceptor system. BC shall directly prepare all structural drawings and specifications required to
accomplish the installation of the generator buildings. The structural design shall be based on deSIgn
criteria established in the pre-design memo. The buildings will be equipped with a room suitable for
pump station MCC installation. The buildings will be a low profile / low visibility design equipped with
a generator nOIse suppression system. The structural design shall be based on the appearance and aspect
of structures in the UGA commercial core and standards and design criteria established in the pre-design
memo.
Subtask 8.4 Electrical Design
Objective. To perform electncal design for the submersible pump stations including standby power
design, up to and including final drawings and specifications, suitable for inclusion in a contract for
public bidding.
Approach. This Subtask shall consist of all work necessary for completIOn of the electrical design
required for thIS project. The electrical deSIgn shall be based on design criteria established in the pre-
design memo. BC shall directly prepare all electrical deSIgn drawings, which shall include diagrams,
schematICS, plans, sections, and detmls of areas where eqmpment, mstruments, wmng, control centers,
panels, and appurtenances are to be installed.
Electrical design drawmgs shall include electrical plans, one-line diagrams, and electncal constructIOn
details. Electrical plan drawmgs shall show raceway locatIOns and shall mdicate equipment connectIOns
with reference to whIch MCC a cable is to be connected. SpeCIfic actIVItIes are as follows:
1. ReVIew the general and mechanIcal design requirements.
2. Define hazardous areas in the project statIOns.
3. Defme electncal requuements of starters and feeders.
4. Prepare one-Ime dIagrams.
5. Develop electncal speCIfIcatiOns.
6. Develop electncal plan drawmgs, mcluding a SIte plan, and MCC/substatlOns.
7. Develop raceway schematIC sheets and a condUIt and WIre schedule.
Project 06-05. E>..hlblt A, Scope of WOl k
IYtll Lil 2006
page 10 of 15
Subtask 8.5 Instrumentation & Control Design
Objective. To develop instrumentatIon and controls specifications and drawings as required to monitor
and control the eastern UGA interceptor pump stations, up to and including final drawings and
specifications, suitable for inclusion in a contract for public bidding.
Approach. The scope of this Subtask shall consist of all work necessary to develop the instrumentation
and controls construction documents in this Project. The instrumentation and controls design shall be
based on industry standards and design criteria established in the pre-design memo. Design drawings
shall include instrumentation system diagrams, control diagrams, and loop diagrams.
Specific activities are as follows:
1. Add instrumentation and controls to the P&IDs modified to show primary element locations and
panels. Develop control and instrumentation interlock notes.
2. Write narrative descriptions of control strategies and sequences.
3. Specify sensors and instruments to be used.
4. Complete drafting of instrumentation and control system drawings, including symbol and detail
sheets.
5. Provide motor control schematic and control wiring diagrams for all loads.
6. Provide instrumentation loop wiring diagrams.
7. Provide system architecture drawings integrating the WWTP SCADA system with the proposed
eastern UGA pump stations.
8. Design pump station custom control panels.
City Responsibilities. Review the 50 percent, 100 percent, and "For Construction" design submittals
and provide comments to BC.
Sub task Deliverables
50%, 100% and "For Construction" Drawings and Specifications containing the design elements as
described in Subtasks 8.1 through 8.5 above. BC will prepare a construction cost estimate for each
submittal. All drawings shall be prepared in AutoCAD Release 2006. Drawings will be in 2-dimensional
format. Drawings and speCifications will also be prepared m compliance with City and County
standards.
- End of Task 3
Project 06-05, ExhIbIt A Scope of Work
Malch 2006
page II of 15
TASK 4
INDUSTRIAL SWPPP AND WASH-DOWN FACILITY
This Scope of Work and Budget is for engmeering services to be provided by Brown and Caldwell (BC)
for engmeering services for the City of Port Angeles, Washington (City). Washington Department of
Ecology's (Ecology) guidelines will be used to prepare and subnut a general industrial stormwater
pollutIOn prevention plan (SWPPP) for the City's Operations Yard on B Street. In addition, a storm
drain vacuum truck decant station will be designed for sanitary sewer connection on the Operations
Yard SIte. The transformer storage area will be evaluated to determine an appropriate source control or
treatment best management practices (BMPs).
The Scope of Work is further described below.
SCOPE OF WORK
B Street Operations Yard Industrial SWPPP
Based upon our conversations wIth City staff, the Operations Yard facility is an approximate 6-acre
facility used for equipment and matenals storage and equipment maintenance. Included within the
facility are an electrical transformer storage area and a deicing materials storage area. Site runoff
generally sheet flows to a surface water collection ditch that combines with a City dram that eventually
discharges to Tumwater Creek and subsequently Port Angeles Harbor. A site ViSIt has been budgeted as
part of this Scope of Work to further delineate stormwater flow patterns, evaluate the facility and
activities, review existing and evaluate potential BMPs, and discuss potential site stormwater
compliance issues and concerns with City staff. '
Upon completion of the site visit, an SWPPP will be prepared for the Operations Yard FacIlity in
accordance with the provisions of 90.48 RCW. The Industnal SWPPP will be prepared in the following
format:
· INTRODUCTION
· STORMW ATER POLLUTION PREVENTION PLAN CERTIFICATION
· POLLUTION PREVENTION TEAM
· SITE AND SOURCE DESCRIPTION
· STORMW ATER POLLUTION CONTROLS
· DRY WEATHER, NON-STORMW ATER INSPECTION
· WET WEATHER INSPECTIONS
The SWPPP WIll be prepared usmg Ecology's Guidance Manualfor Preparing/Updating a Stormwater
Pollution Prevention Plan for Industrial Facilities, Apnl 2004 (Manual). Accordmg to the Manual, the
SWPPP must mclude the BMPs necessary to proVIde all known, available and reasonable methods of
Project 06-05. ExhIbIt A Scope of Work pagc 12 or 15
M,l1Ch 2006
prevention, control, and treatment (AKART). It must also include any additional BMPs as necessary to
comply with State water qualtty standards. Within the structure of the report indicated above, the
SWPPP will also include the following:
A. Facility Assessment. The SWPPP will include a facility description, detailed site map, inventory
of facility activities and equipment that contribute to or have the potential to contribute pollutants
to stormwater, and an inventory of materials that contribute to or have the potential to contnbute
pollutants to stormwater. Each potential pollutant source of a signifIcant amount will be
addressed with BMPs that will eliminate or reduce the potential to contaminate stormwater
through source control or treatment. All BMPs will need to be implemented within 6 months of
the SWPPP subffilttal date.
B. Monitoring Plan. The SWPPP will include a monitoring plan that identifies all the points of
discharge to surface water or to a storm drain system including tributary discharge points withm
the project site. The plan will identify who is responsible for monitoring and how monitoring
will be conducted. We will review existing relevant sampling to determine if it can be integrated
int~ the SWPPP. The initial monitoring plan will identify general visual inspections. We will
review options for quantitative sampling with the client to determine if they are deSIred and
applicable. The monitoring plan is not typically reviewed by Ecology though it would be
available for theIr review upon request.
Civil/Site Design Services
Storm Drain Vacuum Truck Decant Station
Based upon our conversations with City staff, a storm drain vacuum truck decant station will be
designed for the Operations Yard Facility. The decant station will be conS1stent with Washington
Department of Ecology's BMPs for street waste management and disposal. The design will generally
consist of a paved decant discharge station with containment curbing, decant sump, a valved gravity
discharge pipelme from the sump to the existing SIte sanitary connectIOn, and a metal canopy over the
curbed decant station footprint.
Parking Lot OillWater Separator
A parkmg lot oil/water separator system wIll be designed to .remove petroleum hydrocarbons from
runoff from the vehicle and equipment storage and maintenance area. A baffled oil/water separator WIll
be designed to remove oil and other water-insoluble hydrocarbons from this runoff to a speCIfIed level
based on either an effluent concentration or removal baSIS as selected by the City. The separator will be
designed with an oil reservoir volume to contain the largest potential spill in thIS area based upon
feedback from the City. A valved gravity discharge pipelme from the oil/water separator to the existmg
site sanitary connectIOn wIll also be designed.
Additional Design Services
BC further proposes the followmg for the decant station and oIl/water separator design'
I BC wIll prepare a SIte plan mcluding grading and pavmg related to the deSIgn. The SIte plan
wIll mclude a temporary erOSIOn and sedimentation control (TESC) deSIgn.
2 A total of two deSIgn submIttals WIll be prepared: a 75% deSIgn submIttal and a fmal (for
constructIOn) deSIgn submIttal ConstructIOn speCIfIcatIOns wIll be prepared m WSDOT
SpeCIal ProVISIOns format and wIl' be mcluded on the drawmgs. Project plans wIll be
submItted on 11" x 17" and 22" x 34" sheets. AutoCAD electronIC fdes wIll be proVIded If
PrOject 06-0\ ExhIbIt A, Scope of WOlk
Mal eh 2006
pagcl30fl5
requested. Five copies of the drawings will be provIded at each submittal. Detailed cost
estimates will be prepared for each design submittal. A total of 6 drawings are assumed for
the final desIgn set.
3. The following is assumed for this design:
A. The Client-furnished survey is adequate and no supplemental survey is required.
B. One Iteration of plan changes for the 75% submittal and one iteration of plan changes for
the final (for construction) submittal are included. Design revisions beyond these two
submittals can be performed upon request but will be considered additional work.
C. One onsite meeting is assumed for the design concurrent with the SWPPP site visit
described prevIOusly. BC will prepare a more basic level SWPPP without stormwater
sampling or other provisions that may not be appropriate for the City. Client will supply
information about existing BMPs (i.e., vactor waste collection methods/frequency and
waste disposal, stormwater and vactor waste sampling)
D. Yard lighting design is not included. Retaining walls andlor rockeries are not included.
The Scope does not include landscape, irrigation, or electrical engineering design. ThIS
scope also does not Include operations and maintenance manual preparation. These
services can be provided upon request.
E. The decant station and oil/water separator design scope does not include special studies
such as environmental investigations or assessments, constructIOn stormwater pollution
prevention plan, SEP A checklist preparation, UST or LUST studies, or archaeological
and cultural investigatIOns, etc. The proposal does not include any permit applicatIOn
services. These services can be provided upon request.
F. No construction management services have been budgeted such as bid assIstance, RFI,
submittal, and shop drawing review, inspections, surveying, design addendums, punch
list, or record drawings. These services can be provided upon request.
Proposed ~ity Responsibilities.
· Provide record drawings, topographic survey, and GIS mapping for the Operations Yard Facihty.
· Provide assistance and access for proposed site visit.
· Provide review comments on draft dehverables.
· Provide feedback for oil/water separator reservoir sizing and effluent design criteria.
· Obtain construction and sanitary sewer permIts for decant statIOn and OIl/water separator.
· Construct decant facIlity and OIl/water separator system using BC design dehverables.
Alternatively, the CIty may elect to hlfe a contractor to construct these facllItIes through a small
works construction contract and provide related construction management serVIces for thIS work.
Deliverables.
· Draft and FInal B Street OperatIons Yard Industnal SWPPP.
· 75% deSIgn and PE stamped fmal "For ConstructIOn" draWIng packages for the decant statIon
and OIl/water separator systems.
· Engmeer's estImate With each deSIgn submittal.
Project 06-05, ExhIbit A. Scopc of WOl k
March 2006
page 14 of 15
SCHEDULE
Brown and Caldwell proposes to complete the above-referenced Scope of Work in approximately 8 to
10 weeks upon authorization to proceed.
BUDGET
Brown and Caldwell proposes to perform the above-described Scope of Work for the following
estimated budget:
B Street Ops Yard Industrial SWPPP and Civil/Site Design Services:
$54,669.45
A detailed cost summary is attached as part of Exhibit B.
- End of Task 4
END OF DOCUMENT
PloJect 06-05 E:d1lblt A Scope of Work
March 2006
page lSarlS
.
.. ..
Appendix B - Budgets for Tasks 2 to 4
f,
Task 2 - General Sewer Plan
Detailed Budget
c ;::
c _:2: en 0 <c ..,' ~
~.., t: > .., - > 0 CI) CI)
&:..1 = ... ...:'0 ~~ .:~ C1)<c - en >< CI) J: :2 .!:! en
.- ~ - ... ..: C'll CI) ~ en CI) .c c >CI) ... - en
.c'O 0 .>: 0 .c (.) o_ m CI) (.)-
>.c c .- ~ c - .- ~ E (.) ... en >- Task Total
:::'0 en c C'llt: ... - ._ c ... C'll -g C .- > =:c - - ... en .c CI) en
CI) 0 C'll .- C1)= ~ 0 C'll.., CI) CI) E CI) ~ C'll 0 ~ CI) 0 _.!:: 0
:2:w j<c 3= _ .- C'll Task Cost Task Effort Effort
~I- :2::2: <c> :2:J: ..I.., en~ 1-.., 3= en I- Oeno oeo
Task Hours 100.00 8.00 8.00 68.00 60.00 11.00 8.00 48.00 16.00 8.00 8.00 343.00 $ 14,617.88 $ 48,239.00 $ 48,707.60
$ 236.00 $ 190.00 $ 426.00
Total Hours 100.00 8.00 8.00 68.00 60.00 11.00 8.00 48.00 16.00 8.00 8.00
Total Dollars TOTAL COST: $ 48,707.60
Project cost rate, dollars per hour $42.75 $22.83 $30.55 $58.20 $31.09 $73.08 $61.54 $41.61 $25.36 $25.30 $23.90
labor Group
Standard effort rate, dollars per hour $141.08 $75.34 $100.82 $192.06 $102.60 $241.16 $203.08 $137.31 $83.69 $83.49 $78.87
Project effort rate, dollars per hour $141.08 $75.34 $100.82 $192.06 $102.60 $241 .16 $203.08 $137.31 $83.69 $83.49 $78.87
Multiplier 3.30 3.30 3.30 3.30 3.30 3.30 3.30 3.30 3.30 3.30 3.30
Employee Labor Hours
I
!
I
j
il
l
'1
, ,
Task 3 - Port Angeles EUGA Interceptor Sewer
Detailed Budget
Phase
001
002
003
004
005
006
007
008
Phase Name
Project Management
Survey/Base Mapping
Cultural Resources
Geotechnical Eng
Pre-Design Memo
Permitting
Traffic Control Eng
Detailed Design
Total Hours
Total Dollars
Project cost rate, dollars per hour
Labor Group
Standard effort rate, dollars per hour
Project effort rate, dollars per hour
Multiplier
Employee Labor Hours
i..J
'C III
.- ca
Gl-
e Cl
.c ::J
(J 0
lIlO
24.00
.:E
== ..
.- ::J
>.c
cat::
~c(
48.00
7600
39.00
20.00
18.00
76.00
800.00
:E
>-
. e
e 0
-.c
.Cl_
::J e
OC(
80.00
C
g:E
Gl Gl
== .-
ca-
:E~
24.00
.:Gi
ca ca
Gl.c
Z (J
b:i
4.00
20.00
c
go:
':iGi
ca 0
11.~
2000
3.00
132.00
':W
~ Gl
III (J
III ::J
Gl ..
~m
300.00
af~
..lO: >-
ca ..
1;8,
E Gl
::J ..
~o
320.00
w
.!If fij
.. >
.. -
o Gl
:E:E
8.00
8.00
250.00
.w
Gi>-
> (J
Gl e
::J ca
OZ
4.00
80.00
c
o
l!!..J
Gl >-
'C ..
e ca
C(0
24.00
c
o
t::
::J
-e~
~~
4.00
c
i~
.c'C
="
Gl 0
~I-
45.00
800
800
400
2000
55.00
10.00
450.00
.~
.c e
= os;
E Gl
lIl~
8.00
520 00
~e
.. 0
Gl ._
1; E
Gl ca
00
100.00
c(
>lll
~ E
::J ca
I-~
800
.0
~ E
- ca
'C ._
e=
ca .-
~3=
200 00
~
~~
(J ..
=:c
3=lIl
400
18.00
76.00
c.
o
:5u..
E ca
ca'C
XC(
60.00
4000
24.00 1,077.00 80.00 24.00 24.00 155.00 300.00 320.00 266.00 84.00 24.00 4.00 600.00 528.00 100.00 8.00 200.00 98.00 100.00
$5496 $30.55 $3401 $34.63 $54.91 $37.39 $42.55 $5660 $42.91 $47.06 $5233 $73.08 $4275 $25.36 $2000 $25.30 $3072 $2390 $23.10
181.37
181.37
330
10082
100.82
330
11223
112.23
3.30
11428
11428
3.30
181.20
181 20
3.30
123.39
123.39
330
14042
140.42
330
18678
186.78
3.30
141.60
14160
330
155.30
155.30
330
172.69
172.69
3.30
241.16
241.16
330
14108
141.08
330
8369
83.69
3.30
66.00
66.00
330
8349
8349
3.30
101 38
101.38
330
7887
7887
330
76.23
7623
3.30
3,308
l!!
::J
o
X
Cii
'0
I-
93
-
':i
III
e
o III
(J ..
..c .. III
::J e 0
lIlcaO
$
104
CiitiJ!l
.c Gl III
.... .: 0
000
$ 100,000.00 $ 78500
$ 380 00
47
$ 15,00000 $ 326.00
24
$ 25,000 00 $ 299.00
$
77
277
$
$
86
$ 1,06900
$
$ 25,000 00 $ 405.00
$ 2,633.00
4.00
Phase Cost
$ 3,390.15
$ 380.00
$ 3,411.60
$ 100,785.00
$ 1,533.45
$ 15,326.00
$ 782.00
$ 25,299.00
$ 2,873.19
$ 4.00
$ 9,634.45
$ 1,069.00
$ 2,749.30
$ 25,405.00
$ 120,343.48
$ 2,633 00
Phase Effort
$ 11,187.50
$ 418.00
$ 11,258.28 $
$ 110,863.50
$ 5,060.39 $
$ 16,858.60
$ 2,580.60 $
$ 27,828.90
$ 9,481.53 $
$ '4.40
$ 31,793.69 $
$ 1,17590
$ 9,072.69 $
$ 27,94550
$ 397,133.48 $
$ 2,896 30
J
Phase Total Effort
$ 11,605.50
122,121.78
21,918.99
30,409.50
9,485.93
32,969.59
37,018.19
400,029.78
TOTAL COST: $ 665,559.25
"
Task 4 - Ops Yard SWPPP and Civil! Site Design
Detailed Budget
- Ul
:E .J:. em G ...
e e ~o ~:E e:E '") III ::s
i'") 0 Gi ~'") o l: -:-Gi ~W Gi '") <( iii Cll ><~ l:<( 0 Cll Cll
::11.. "'''0 Ul Cll = ... Gi >- sfl: ~ Ul O.J:. J: :5! .2 Ul
~ III ..c"O - Ul ....J:. III III ~ III >-Cll - l: ... - Ul
.J:."O Cll.J:. l: Cll .- ::s > u 0_
E III Ul III Cll Q. >.J:. Cll.J:. 1ll.J:. - .- ~ E Ul >- E en iii ~ C: 'lii Cll u_ Task Total
:!::"O ..!: U .!!!I- Cll >- "0 Cll lilt: Z U Cll l: l: U .- > III III ~ .!:: ... .- - .J:. 2! Ul
Cll 0 III "0 ~~ 3: III l: _ b~ ::s III Cll .- E Cll ::s III t33= .- .J:. III Cll 0 ::s Cll 0 _._ 0
~I- J:<( G ~ I-J: <(en ~<( oz Q,:E en~ 1-'") 3= en O...J I- Oeno 000 Task Cost Task Effort Effort
Task Hours 60.00 20.00 400 20.00 100.00 28.00 88.00 400 4.00 3000 95.00 16.00 2000 16.00 4.00 509.00 $ 16,224.66 $ 53,541.38 $ 54,668.88
$ 425.00 I $ 600.00 $ 1,025.00
Total Hours 60.00 20.00 4.00 20.00 100.00 28.00 88.00 4.00 4.00 30.00 95.00 16.00 20.00 16.00 4.00
Total Dollars
Project cost rate, dollars per hour $42.75 $23.10 $57.79 $33.41 $30.12 $46.64 $30 55 $54.91 $47.06 $26 53 $25 36 $25 30 $41 14 $23.90 $17.25
TOTAL COST: $ 54,668.88
labor Group
Standard effort rate, dollars per hour $141 08 $76 23 $190.71 $11025 $99 40 $153.91 $100.82 $181.20 $15530 $87.55 $83 69 $83.49 $135.76 $78.87 $56.93
Project effort rate, dollars per hour $141 08 $76.23 $190.71 $110.25 $99.40 $153.91 $100.82 $181.20 $15530 $87.55 $83 69 $83.49 $135.76 $78.87 $56.93
Multiplier 3.30 3.30 330 3.30 330 3.30 3.30 330 330 3.30 330 3.30 3.30 3.30 330
Employee Labor Hours
5.775
. .
AMENDMENT NO.1 TO THE
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
BROWN AND CALDWELL, INC.
PROJECT 06-05
RELATING TO: WASTEWATER AND STORMWATER ENGINEERING AND PLANNING
SERVICES
THIS AMENDMENT NO. 1 is made and entered into this In t!l..day of '1Vlt. ~ '
2007, by and between THE CITY OF PORT ANGELES, a non-charter codeCity ~ 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 March 27,
2006, (the AGREEMENT) and
WHEREAS, the CITY desires to amend the AGREEMENT 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:
-
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. The Scope of Work shall include all services and material necessary
to accomplish the work.
II TIME OF PERFORMANCE
The work for each Task shall be completed according to the schedule in the attached Scope
of Work, so that all work must be completed by December 31,2007.
III MAXIMUM COMPENSATION
The CONSULTANT'S total compensation and reimbursement are stated in the attached
Exhibit B. 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 $1,037,000
is not exceeded.
Amendment No I to Brown and Caldwell Agreement, 06-05
Page I of 2
, .
IV SIGNATURES
Except as modified herein, the original Agreement ,and Exhibits A and B shall remain in effect.
In WITNESS THEREOF, the parties hereto have executed this Amendment No.1 to the
Agreement as of the day and year first written above.
CITY OF PORT ANGELES:
CONSULTANT: ~l3o\.;<J^ ~ CAt-b L<.X L,L-
. UOcU-,
2J--e./0) ~;f-
APPROVED AS TO~:
1/:~ ' ~-
CITY ATTORNEY
--
ATTEST:
Amendment No I to Brown and Caldwell Agreement, 06-05
Page 2 of2
Exhibit A, Project 06-05
AMENDMENT 1 SCOPE OF WORK
CITY OF PORT ANGELES
W ASTEW A TER ENGINEERING SERVICES
MAY 2007
BC PROJECT NUMBER 130282
This Amendment 1 Scope of Work is for engineering services to be provided by Brown and
Caldwell (Consultant) for additional wastewater engineering services for the City of Port
Angeles, Washington (City). This Amendment 1 Scope of Work is for additional services to be
performed under our March 27, 2006 Agreement with the City (BC Project Number 130282). An
amendment to the Agreement is needed to (1) finalize technical memos on odor control and a re-
rating report for the Wastewater Treatment Plant (WWTP), (2) complete septage receiving
station design work, (3) review equipment that will be installed at the WWTP this year, and (4)
provide construction support services for the East Urban Growth Area (UGA) Sewer Interceptor
construction project.
The Amendment 1 Scope of Work is further described as follows:
Task 3 - East UGA Sewer Interceptor Design
Additional engineering design services were performed under this task number as follows:
Subconsultants:
. Geotechnical Investigation at Harborcrest neighborhood
. Extra surveying and utility easements
· Traffic control design changes (late removal of detour routes for 100% submittal)
Subtotal: $34,000
BC:
. Restationing changes due to removal of "design line" after 50% submittal
· Harborcrest design change from pipebursting to directional drilling to overland alignment
· Directional drilling design for East Myrtle St (out of scope)
· Removal of 12 manholes after 50% submittal
· Pump station layout design changes after 50% and 100% submittals - both pump stations
· Force main re-routing around Les Schwab site due to utility conflicts
. Les Schwab tie-in / drainfield abandonment (out of scope)
. Duct bank (out of scope)
· Late change to 2006 flyover data in final design submittal (out of scope)
. SEPA Response Memo for PS 12 (out of scope)
. Bid Services (out of scope)
Subtotal: $35,000
Budget. Brown and Caldwell proposes to perform the above-described services on a time-and-
materials basis for an estimated $69,000. BC has invoiced the City on a time-and-materials basis
for the Task 3 services. BC will not exceed the total estimated fee of $69,000 for this task
without prior written authorization from the City.
Schedule. The above-described Task 3 services are complete and have already been invoiced to
the City.
Task 5 - Direct Services
BC proposes to perform additional engineering services under the Task 5 - Direct Services task
number as follows:
Subtask 5.1 - Septage Receiving Station. This task requires additional design work for
developing construction documents from a conceptual layout prepared previously by BC. The
scope primarily consists of civil and mechanical design services. Based upon our conversations
with City staff, the septage receiving station will be designed for the WWTP headworks area.
The design will generally consist of a flowmeter, storage tank, and paved receiving area with
containment curbing, valves, and other mechanical appurtenances. The septage receiving station
will be designed to minimize odor generation and meet compliance limits set by Olympic Region
Clean Air Agency (ORCAA). The septage receiving station will be designed to minimize the
impact on the WWTP digester system due to septage. The receiving station will also be designed
to allow for continued WWTP compliance with BOD and other NPDES permit limits.
It is assumed that alarms and flow metering at the septage receiving station will be tied to the
existing WWTP SCADA system. Therefore, electrical and I&C hours have been assumed in
preparing this scope.
Additional Design Services
BC further proposes the following for the septage receiving station design:
1. BC will prepare one each of the following: civil, mechanical, structural, and electrical
drawings. Specifications will be included on a separate drawing. A coversheet will be
prepared.
2. A total of two design submittals will be prepared: a 75% design submittal and a final
(for construction) design submittal. Construction specifications will be prepared in
WSDOT Special Provisions format and will be included on the drawings. Project
plans will be submitted on 11" x 17" sheets and in electronic (PDP) format.
AutoCAD electronic files will be provided if requested. Five copies of the drawings
will be provided at each submittal. Detailed cost estimates will be prepared for each
design submittal. A maximum of six drawings are assumed for the final design set.
3. The following is assumed for this design:
A. The Client-furnished survey is adequate and no supplemental survey is
required. No onsite meetings have been budgeted for this work.
2
B. One iteration of plan changes for the 75% submittal and one iteration of
plan changes for the final (for construction) submittal are included. Design
revisions beyond these two submittals can be performed upon request but
will be considered additional work.
C. Yard lighting design is not included. Retaining walls and/or rockeries are
not included. The Scope does not include landscape, irrigation, or
geotechnical engineering services. This scope also does not include
operations and maintenance manual preparation. The design scope does
not include special studies such as environmental investigations or
assessments, construction stormwater pollution prevention plan, SEP A
checklist preparation, or archaeological and cultural investigations, etc.
This scope does not include any permit application services.
D. No construction management services have been budgeted such as bid
assistance, RFI, submittal, and shop drawing review, inspections,
surveying, design addendums, punch list, or record drawings. These
services can be provided upon request.
Proposed City Responsibilities.
· Provide topographic survey for WWTP facility.
. Provide review comments on draft deli verables.
· Construct septage receiving station using BC design deliverables. Alternatively, the City
may elect to hire a contractor to construct these facilities through a small works
construction contract and provide related construction management services for this
work.
Deliverables.
. 75% design and PE stamped final "For Construction" drawing packages.
· Engineer's estimate with each design submittal.
Budget. BC proposes to perform the above-described Subtask 5.1 scope of work on a time-and-
materials basis for $30,000.
Subtask 5.2 - Odor Control. This directed service involves investigating.the source of odor at
the WWTP and responding to an ORCAA request to develop a plan to address the issue. Initial
work has been completed, but a final technical memo will be completed under this amendment
scope of work based upon comments received from ORCAA. BC proposes to perform the
Subtask 5.2 scope of services on a time-and-materials basis for $2,994.
Subtask 5.3 - Review of Headworks and Rotary Blowers Equipment. This task will be
conducted to provide a product review of equipment that will be purchased and installed this
year at the WWTP. BC will review a submittal for this equipment to verify that there are no
conflicts with WWTP improvements proposed as part of BC's CSO Reduction Plan approved by
3
Ecology in 2006. BC proposes to perform the Subtask 5.3 scope of services on a time-and-
materials basis for $2,974.
Sub task 5.4 - Final Re-Rating Report. Under Amendment No.1, BC will finalize are-rating
report and submit it to Ecology for approval. Remaining work to be included under this subtask
includes Winter 2006/2007 stress testing data evaluation requested by Ecology, final solids,
flow, and odor mass balance calculations, and report writing. BC proposes to perform the
Subtask 5.4 scope of services on a time-and-materials basis for $14,995.
Estimated Fee. BC's estimated fee to perform the above-described Task 5 services'is $50,963.
BC will invoice the City on a time-and-materials basis for the Task 5 services. BC would not
exceed the total estimated fee of $50,963. for this task without prior written authorization from
the City. A budget summary for Task 5 is attached hereto (Appendix A).
Schedule. The above-described Task 5 services will be completed no later than July 31,2007.
Task 6 - East UGA Sewer Interceptor Construction Support Services
BC will provide the following engineering services in support of the construction of the East
UGA Sewer Interceptor. Following is the description of the work:
1. Preparation of two design addenda.
2. Attendance at the pre-construction meeting.
3. Attendance at up to 5 construction meetings.
4. Attendance via telephone conference call for up to 20 construction meetings beyond Item
3. above.
5. RFI response, based on up to 20 RFIs.
6. Assist in preparing change orders, based on up to five change orders.
7. Shop drawing review based on up to 5 shop drawings.
8. Provide project management and coordination of engineering team during construction.
9. Conduct periodic inspections concurrent with Item 3. above with 20 man-hours budgeted.
10. Provide engineering assistance during start-up with up to 40 man-hours budgeted
Assumptions. The Task 6 fee is based on the following assumptions:
1. Others will do construction survey staking and its coordination.
2. Others will perform materials testing and Its coordination.
4
3. Others will conduct environmental and cultural monitoring during the project.
4. Others will prepare punch list and back check of punch list.
5. Others will prepare the record drawings and O&M manuals.
Estimated Fee. BC's estimated fee to perform the above-described Task 6 services is $50,000.
BC will invoice the City on a lump sum basis for the Task 6 services. BC would not exceed the
total estimated fee of $50,000 for this task without prior written authorization from the City.
Schedule. The above-described Task 6 services will be performed concurrent with the East UGA
Sewer Interceptor construction. BC's services for Task 6 will be complete at the completion of
this sewer construction, presumably December 2007.
Task 3, 5, and 6 Fee Summary
BC's estimated fees to perform the Task 3,5, and 6 Amendment 1 Scope of Services are
summarized below. A detailed budget summary for Task 5 is attached as Appendix A.
> > Description of Additiomlll$ervices ^ , Estimated Fee
"
Task 3 - East UGA Sewer InterceptoJr Design Services $69,000
Task 5 - Direct Services $50,963
Task 6 - East UGA Sewer Interceptor CM Services $50,000
Total Estimated Fee $169,963
END OF SECTION
5
APPENDIX A - TASK 5 BUDGET SUMMARY
6
-.
Port Angeles Wastewater Engineering
Amendment 1 . Task 5 Budget Summary
May, 2007
Be Project Number 130282
Outside
Kelthahn, Simpson, Leavitt, Melcer, Tam, Kramer, O'Neal, Chapman, Perslch, Kimball, Vestergaard- Morris, Schneider, Duevel, Anderson, Total Service Subtask Subtask
Task Subtask Subtask Title Todd J Kristen A Arthur M Henrvk Patricia S Lvnn A Michael Thomas M William A KellvJ Hansen, Bo Melvan E Doualas L Nancv E Garv L Hours Costs Effort Total Effort
005 5.1 Septaae Recelvina Station 8 8 70 80 4 20 4 25 15 8 8 250 $ - $ 29,620.17 $ 30,000.00
$ 380.00 $ 380.00
005 5.2 Odor"Control 1 2 1 24 28 $ - $ 2,753.67 $ 2,994.00
$ 240.00 $ 240.00
005 5.3 Review Headworks and Blowers 2 2 2 10 2 18 $ - $ 2,974.41 $ 2,974.00
$ - $ -
005 5.4 Final Re-ratina Report 4 2 24 60 9 99 $ - $ 14,705.29 $ 14,995.00
$ 290.00 $ 290.00
Total Dollars Total: $ 50 963.00
Proiect cost rate, dollars oer hr $ 46.69 $ 21.20 $ 34.00 $ 61.54 $ 37.05 $ 32.00 $ 57.66 $ 27.27 $ 58.08 $ 29.09 $ 34.59 $ 45.91 $ 56.61 $ 49.88 $ 54.95
Standard effort rate, dollars oar hr $ 154.36 $ 70.09 $ 112.40 $ 203.45 $ 122.49 $ 105.79 $ 190.62 $ 90.15 $ 192.01 $ 96.17 $ 114.35 $ 151.78 $ 187.15 $ 164.90 $ 181.66
Multiolier I 3.306 3.306 3.306 3.306 3.306 3.306 3.306 3.306 3.306 3.306 3.306 3.306 3.306 3.306 3.306