Loading...
HomeMy WebLinkAbout5.788 Amendment (10)AMENDMENT NO. 10 TO THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND BROWN AND CALDWELL, INC. PROJECT WW03 -10 RELATING TO: COMBINED SEWER OVERFLOW PROJECTS THIS AMENDMENT NO. 10 is made and entered into this 7 day of JMier/4 2011, by and between THE CITY OF PORT ANGELES, a non charter code city of he tate 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 2t 2007, and May 9, 2007 and March 20, 2008, and September 15, 2009, and November 30, 2009, and March 9, 2010, and July 27, 2010, and has proposed Amendment 8 and Amendment 9 (the AMENDMENTS); and WHEREAS, the CITY desires to amend the AGREEMENT again to amend the Scope of Work, Budget, and Time of Performance. NOW, THEREFORE, in consideration of the representations and the terms, conditions, covenants and agreements set forth in the original AGREEMENT and this AMENDMENT, the parties hereto agree as follows: I 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 to Amendment 10. The Scope of Work shall include all services and material necessary to accomplish the work. II TIME OF PERFORMANCE The work for all Tasks shall be completed by December 1, 2011; the work for Task 16 shall be completed by August 2, 2011. III MAXIMUM COMPENSATION The CONSULTANT'S total compensation and reimbursement are stated in.the attached Exhibit B to Amendment 10. The maximum compensation amount, referenced in Section VI of the Agreement, is amended from $3,920,891 in Amendment 9, to $3,968,915 in Amendment No 10 to Brown and Caldh%ell Agreement, 06 -01 Page 1 of 3 Amendment 10, an increase of $48,024. The budget for any Task may be further adjusted by mutual agreement without an amendment to the Agreement, as long as the maximum compensation amount of $3,968,915 is not exceeded. 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. 10 to the Agreement as of the day and year first written above. CITY OF PORT ANGELES: )1j MAYOR CONSULTANT: VICE PRESIDENT APPROVED AS TO FORM: 1� ,,045Jr6+4r I Y ATTORNEY ATTEST: Amendment No. 10 to Brown and Caldwell Agreement, 06 -01 Page 2 of 3 EXHIBIT A To Amendment 10 PROFESSIONAL SERVICES AGREEMENT NO. 06-01 SCOPE OF SERVICES RELATED TO PHASE l DESIGN SERVICES FOR THE PORT ANGELES CSO IMPROVEMENT PROGRAM Purpose: Perform additional geotechnical analysis and detailed design for one pavement section to include travel lanes and two parking lanes of 1st Street in downtown Port Angeles. Provide design of one travel lane and one parking lane. The results shall be included in the project manual for bidding. Task 16 3. Roadway and Pavement Design Activities Task 16 3.1 2. Full replacement Concrete HMA Review material prepared by NTI Task 16 3.2 Review existing geotechnical borings Task 16 3 3 Recommend additional analysis and sampling and laboratory testing and perform all necessary field and laboratory sampling and testing Task 16 3.4 Provide design of travel and parking lane and crosswalk. Analyze capitol and life cycles cost for travel and parking lane options. Assume three alternatives will be analyzed and may include different options for each travel and parking lane. A Alternatives for South and North Travel Lanes 1. Grind and overlay Concrete Panels Replacement of concrete panels Connection to remaining concrete panels Removal of concrete panels B Alternatives for South and North Parking Lane L Fog seal Concrete Panels (pipe trench) Replacement of concrete panels Connection to remaining concrete panels Removal of concrete panels City of Port Angeles Roadway Design Scope CSO Phase I Project Page 1 of 2 2 Grind and overlay Concrete Panels (pipe trench) Replacement of concrete panels Connection to remaining concrete panels Removal ot'concrete panels 3 Full replacement Concrete HMA Task 16 3.5 Provide design of brick stamped concrete crosswalk pavement section for up to six locations. AAsitruptrons Same pavement section for each location Task 16 3.6 Modify Basis of Design Technical Memorandum to include pavement. Produce brief draft and final basis of design TM. One review will be performed of the draft document and comments will be incorporated into final document. Task 16 3.7 Provide all necessary special provisions to WSDOT Standard Specifications for road work. Generate draft construction cost estimates, graphics, and estimate of construction schedule for pavement alternatives for one review cycle. Task 16 3.8 Provide all necessary contract drawings and special provisions to WSDOT Standard Specifications for road work. Generate final bid documents including construction cost estimates, design drawings, estimate of construction schedule. and specifications for preferred alternative. Deliverables: 1. Preliminary design required for analysis and comparison of all options to determine preferred option. 2. Final design of preferred option. 3 CAD details for incorporation into plan set by BC of all design elements in AutoCAD 2008 format. a. Pavement sections b. Pavement overlay and replacement plan 4. Estimate of construction schedule 5 Estimate of construction cost estimate based on WSDOT Standard Bid Items or other estimating format City of Poit Angeles Roadwa) Design Scope CSO Phase I Project Page I of 2 EXHIBIT B To Amendment 10 PROFESSIONAL SERVICES AGREEMENT NO. 06-01 BUDGET 1st Street Separation Project WW03 -10 DESIGN SERVICES Approved Task Description Budget Pre Design and Design through 60% (original contract and Amendments 1 -3) 1 Project Management $112,841 19 2 (Mapping Condition Assessment 1 $110,055 64 3 (Cultural 1 $25,092 98 4 Geotechnical 1 $144,293 41 5 Environmental Permits 1 $150,829 67 6 0 1 CSO Plan Review and Preparation of Contract! $180,100 00 Documents 6 1 -6 5 Detailed Civil, Mechanical, Structural, $858,296 98 'Detailed PICS Design 6 6 (Preparation of 60% Cost Estimate 1 $47,000 00 7 (Engineenng Report Bidding Assistance $35,279 11 8 Evaluation of Additional Alternatives I $16,735 00 9 (Plant Flow Management 1 $59,092 00 10 (Add'( Cultural Geotechnical Work $8,025 00 Subtotal, Tasks 1 -101 $1,847,640.98 Task 11 Complete detailed design of CSO Phase 1 Projects (Amendments 4-8) 11 1 Project Management 11 2 (Survey, Mapping Condition Assessment 11 3 (Cultural Resources Consultation 11 4 (Geotechnical Engineenng 11 5 (Environmental Permits 11 6 Alternative Development and Evaluation 11.7 Detailed Civil, Mechanical, Structural, Electrical PICS Design 11 8 Preparation of Cost Estimate 11 9 Bidding Assistance 11 10 Bridge Design 11 11 Building Design 11.12 Funding Assistance 11 13 Outfall sediment sampling 11 14 Rayonier Outfall Inspection 12 13 14 15 16 Subtotal, Task 1i( Septage Receiving Station Design Headworks Screens Design Integrated CSO Monitoring Design WWTP Project Integration Monitoring First St Stormwater Separation SUBTOTAL, Tasks 11 -16 TOTAL, LTD (includes Tasks 1 -16)1 $233,608 701 $135,361 521 $12,497 531 $129,665 35( $87,298 691 $79,740 001 $874,501 60 $50,298 64 $14,000 00 $211,200 00 $10,000 00 $15,500 00 $110,200 00 $49,000 00 $2,012,872.03 $8,400 00 $56,000 00 $26,000 00 $34,900 00 $350,050 00 $2,488,222.03 $3,920,890.98 Amendment 10 Revised Budget $233,608 701 $135,361 521 $12,497 531 $129,665 351 $87,298 691 $79,740 001 $874,501 601 $50,298 641 $14,000 001 $211,200 001 $10,000 001 $15,500 001 $110,200 001 $49,000 00 $2,012,872.03 $8,400 00 $56,000 00 $26,000 00 $34,900 00 $48,024 001 $398,074 00 $48,024.001 $2,536,246.03 $48,024.001 $3,968,914.98!