Loading...
HomeMy WebLinkAbout5.788 Amendment (18)"o Jk� AMEND EN' NO. 18'ro THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY CIS' PORT ANGELES AND BROWN AND CALDWELL PROJECT' 06-01 IIS AMENDMENT NO, 18 is made and entered into this day of 2013, 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 CAI..,DWELL, INC a California Corporation authorized to do business in the State of Washington (hereinafter called the "CONSULT NT ") The CITY entered into the existing AGREEMENT with the CONSULTANT on July 5, 20?06, (the AGREEMENT); and WHEREAS, the CITY and CONSUI...,TANTarnended the AGREENIENTon February 21, 2007, May 9, 2➢07, March 20, 2008, September 15, 2009, November 30, 2009, March 9, 2010, :Duly 27, 2010, November 16,201 1, December 21, 2010, January 4,2011, September 20,2011. January 9, 2012, February 24, 2012. February 21, 2012, February 26, 20113, August 20, 2013 (Amendment 16), September 17, 2013 (Amendment 17) and has proposed Arnendnient 18 (the AMENDMENTS); and WHEREAS, the CITY desires to amend the AGREEMENT again to amend the Scope of' Work and Budget. 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 ffillows: 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 ExhibitA to Amendment 18. The CONSULTANT shall provide and furnish all services and niaterial necessary to accomplish the additional work identified in Exhibit A, and in the location shown in Exhibit A -1 (Area Map). �fth&ljmu mm a 1.41 ,a mO ')'lie time ofperformancle is amended: The work for all Tasks shall be completed by July 1, 2014, Ameridmeat 18, Page I III MAXIMUM COMPENSATION Section VI of the Agreement, is amended frorn $7,325,895 in Amendment 17 to $7,393,129, in Amendt-nent 18, an increase of $67,234. Tlie bUdget for any'fask. may be further ad.justed by mutual agreement Without an amendment to the Agreenient, as long as the maximum compensation arnount of $7,393,129 is not exceeded, IV RATWICATION As arnerideld herein, the Agreement and the Amendments are ratified and confirmed, In WITNESS THEREOF, the patties hereto have executed this Amendment No. 18 to tile Agreement as of the date and year first written above ("jA - . . . .. . ....... . .............. .. By: Dan McKeen, City Manager ATTEST: Jallb/p FlUrd, , City Clerk APPROVED ASTO FORM: William E. Bloor, City Attorney BROWN AND CALDWELL w 9-,�k-- kv- . ... .... . .. Title- k!1104LA! Amendment 18, Page 2 EXIEBITA To Amendmei-it 18, PROFI.,1SS10NAL SERVI(--.ESz�(j'R.I�,],,"',,,IEN'I'No. 06-01 SCOPE OF WORK RELATED TO PHASE 2 DESIGN SERVICES FOR THE PORT ANGELES CSO IMPROVEMENT PROGRAM The City of Port Angeles has created a continuing program to identify,, separate and remove storm water Currently discharging to the City's wastewater collection system, Storm water connections are a major cause or Combined Sewer Overflows and the City is required to reduce the frequency ofthese, events. Amendment 18 to the contract providing Phase 2 CSO improvements design services provides for additional design services for a new storm drain and water quality facility associated with separation of storm water from the wastewater system within pottions of the City in which Phase 2 CSO Improvements are to be constructed. Overall City impacts are expected to be reduced by combining the construction of the new storm, drain adjacent to Phase 2 CSC) Improvements planned Construction. This Scope of Work for the additional engineering set-vices to be provided by Brown and Caldwell (13C) is rnodified to add the following to BC's existing scope ofwork: Prepare contract docurnents, (drawings, specifications, engineers cost estimate) I-or construction of storm water separation, conveyance and treatment facilities to serve an area along Front Street and Marine Drive, generally between Oak Street and tile new Pump Station 4 site. "I'liese documents will be ol'sirnilar format and be incorporated into the Phase 2 CSC Improvements Project for execution under a single construction contract. Storm water separation work will include construction of approximately 1,000 feet of storm drain, connection of existing storm drain catch basins to the new storm drain, addition of new catch basins along Marine Drive as appropriate and disconnection of catch basins from the existing cornbined sewers, all generally following alignments of Phase 2 planned pipelines. Collected storm water will be directed through a new infine treatment systern located near existing Pump Station 4 and discharged onto the rip rapped shoreline, above Mean F-ligh Water elevation near an existing storm drain outfall. the new work provided under this scope will include the following: Task 811. Project Management Coordinate, monitor, and control the project resources to meet the technical, communication, and contractual obligations required for developing and implementing the project scope. Ar,livitip.q- Invoices/Status Reports—Expenditures and cumulative charges for this scope of work will be incorporated into the monthly invoices prepared for the Current Phase 2 CSO Improvements work. • Coordination with the Owner— Consultant will maintain communication with the City through ineetings via voice, email, and fax corninunication. Management and Coordination of Staff— Consultant will manage and coordinate the technical and scope issues of the overall project, including management and coordination with the subconsultants. Progress meetings will be conducted as appropriate, Assumptions: 0 Tile work cornpleted in this Scope of Work will be incorporated into the existing Phase 2 CSO Improvements project schedule. Task 812. Storm Watei- Conveyance Design COnSUltant, will develop detailed design drawings, specifications, and an engineer's cost estimate for the project. Activities- BC will complete detail design of improvements and prepare the drawings and specifications as necessary for bidding and construction with the Phase 2 CSO Irriprovernents. Progress reports will be SUbt-nitted as part of the scheduled Phase 2 Submittals at 60 and 90 percent completion levels. All documents will be prepared and Submitted in similar style and format as the Phase 2 CSO Improvements dOCUITICIlts. An estimate of probable construction cost of tile storm water facilities will be included in the Phase 2 CSO improvements estimates. Labor to estimate the cost of this Scope of Work has been included under the Stormwater Conveyance Design task. Deliverables: • Drawings and specifications at the 60 & 90 percent dOCUIllelltS as part of., the Phase 2 CSO Improvements document submittals. The estimate of probable construction cost at the 60 & 90 percent submittals prepared fan -the Phase 2 CSO Improvements project will include the new storm water facilities. P:\Port ArigelesN4083 Port Angeles CSO Phase 2 DesignOOO Project ManagementO Page 2 of 4 CcntractAmendment 18- SW SeparationORAFT Exhbt A.doc Assumptions: • The storm water facilities will be located within areas mapped for the Phase CSO Improvements, No additional survey or mapping services will be required. • An alignment of the new storin drainage facilities has been proposed by the City. Adjustment of the Phase 2 pipeline elevations and/or alignment is anticipated. • The City has delineated areas and determined surface runoff flow rates that will drain to and be collected by the proposed storm drainage facilities for purposes of facility sizing and design. No modeling will be completed as part of this Scope of Work.. • No additional geotechnical set-vices will be required. • No additional cultural resource surveys will be required. • Surface restoration will be coordinated with the Phase 2 CSO Improvements approaches. • The work completed in this Scope of Work will be incorporated into the existing Phase 2 improvements construction schedule. • Specifications related to water quality treatment facilities used For the I'irst Street Stormwater Separation proJect will be added to the Phase 2 CSO Improvements contract documents package. • Additional specification sections included in the Phase 2 CSO Improvements contract documents package will be updated to include the new storm water separation design. • The following additional sheets will be added to the Phase 2 C Improvements contract documents package: o Storm Water Conveyance Plans (3) lo Storm Water Conveyance Profile (1) a Storm Water Conveyance Details ( 1 1) • Incorporation of this proposed storm water separation design is not anticipated to exceed a total of additional sheets. • Drawings and specifications prepared in this Scope of'' ork will be incorporated into the final bid documents under the existing Phase 2 CSO Improvements contract. Task 813. Permitting & Environmental Support BC will arrange through subcontract to amend SEPA and Shoreline permit application documents prepared For the Phase 2 CSO Improvements to incorporate descriptions and effects of the proposed new storm drainage facilities, RTMAngelesO,14083 Pod Angeles CSO Phase 2 DesignMl) Project Managernenh20 Page 3 oC4 ContractAmendment 18- SW SeparationDRAFT Exhbt A.doc Application for a Hydraulic Project Approval (I IPA) and associated JARPA will be prepared for the new storm water elements of the combined Phase 2 CSO Improvements protect. The permits and their review time will be incorporated into the Phase 2 CSO Improvements project schedule. City Involvement: • The City will submit completed applications, and pay any required permit application fees. • The subconsultant will prepare permit applications. •, Provide assistance with obtaining existing data that may include prior environmental studies and/or permits for the existing system. Deliverables: Amended SEPA and Shoreline permit application docurnents and new HPA and JARPA application documents. P \Pcrl AngeVest144083 Port AngePes CSO Phase 2 DesignMO Project Manageme,nt\20 Page 4 of 4 Contract`tAmendment 18- SW SeparatienCC RAFT Exhibit A doc CL 1 i f F ` CD CZ To Ameiidrnent 18 PIS, FESSIONAL SERVICES AGREEMENTNO 06-01 F9119111ff M Amendment Total TASK DESCRIPTION 17 Contract.-,.- CSO PHASE I (Amendment I tbrougb 14, and Amendment I through II Desigii $3,663,237 12 Se tae Receivirig Station PSLigri $8,400 13 Headworks Screeris, Design $56,0010, 14 late rated CSO Monitoririg Desigii $26A0 15 WWTP Project Into igration & Moilitoring $34,900 16 First St Stormwater Separation ............. $418,074 17 hiclUstrial OUtfall Repair arid Cleaning $47,000 Engineering Services during Construction 18 (For CSO Ph 1) $26,211 $512,191 Subtotal CSO PhaNe 1 $4,765,802 19 CSO PHASE 11 (Amendment 15 and 17) 19,1 Architectural Services $85,000, 19.2 Geotechnical I..'tigineering Services $73,718 Surveying and Base Mapping Services $28,40:2 19.4 Permitting and Enviroilmental Suppoil $29,855 19.5 ACOUstic EvalLiatiori Services $23,500 19.6 Quality C011ti-Ol $23,998 19.7 Facility Design and Preparatim OfCO11StrL1CtiO11 Contract Docurnentsi Civil Design,- Preliminary Civil Design; Detailed Process Mechanical Design Surge Analysis Building Mechanical Design Structural Design Electrical Design Instrumentation and Coritrol .)esigii $1,946,562_ 19.8 Preparation of Cost Estimate $33,7'12 19.9..-----.Prq.,ject.Map :fement ........ . . .... ..................... — $199,863 20 Peabody Creek CLJIVC1-t Condition Assessment $115,483 Suhtotal CSO Pha.ve Il $2,5609093 21 First Street StormwatsejL',Se aarafi oti $67,234 ACT TOTAL