Loading...
HomeMy WebLinkAbout5.788 Amendment (19)V AMENDMENT NO. 9 TO THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND BROWN AND CALDWELL, INC. PROJECT 06 -01 RELATING TO: COMBINED SEWER OVERFLOW PROJECTS THIS AMENDMENT NO. 9 is made and entered into this O t 1 day of 2010, by and between THE CITY OF PORT ANGELES, a non charter code city of the State of Washington, (hereinafter called the "CITY and Brown and Caldwell, Inc., a California Corporation (hereinafter called the "CONSULTANT WHEREAS, the CITY entered in to an AGREEMENT with the CONSULTANT on July 5, 2006, (the AGREEMENT); and WHEREAS, the CITY and CONSULTANT amended the AGREEMENT on February 21, 2007, and May 9, 2007 and March 20, 2008, and September 15, 2009, and November 30, 2009, March 9, 2010, July 27, 2010, and has Proposed Amendment 8 (the AMENDMENTS); and WHEREAS, the CITY desires to amend the AGREEMENT -again to amend the Scope of Work, Budget, and Time of Performance, NOW, THEREFORE, in consideration of the representations and the terms, conditions, covenants and agreements set forth in this AMENDMENT, the Agreement and the Amendments are hereby amended as follows: I REVISED SCOPE OF WORK The scope of professional services to be performed and the results to be achieved by the CONSULTANT are hereby amended by adding the tasks identified in the attached Exhibit A to Amendment 9. The CONSULTANT shall provide and furnish all services and material necessary to accomplish the additional work identified in Exhibit A. II TIME OF PERFORMANCE The work for all Tasks shall be completed by December 1, 2011. III MAXIMUM COMPENSATION The maximum total compensation and reimbursement payable to the CONSULTANT is stated in the attached Exhibit B to Amendment 9. The maximum compensation amount, Amendment No 9 to Brown and Caldwell Agreement, 06 -01 7 rir referenced in Section VI of the Agreement, is amended to $3,920,891. 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 $3,920,891 is not exceeded. IV RATIFICATION As amended herein, the Agreement and the Amendments are ratified and confirmed. In WITNESS THEREOF, the parties hereto have executed this Amendment No. 9 to the Agreement as of the day and year first written above. CITY OF PORT ANGELES: 7 4----- ,■2,■9 CITY MANAG� CONSULTANT: —4,,c, TITLE: Vi L&-- /4E APPROVED AS TO FORM: ITY AT ORNEY ATTEST: Amendment No 9 to Brown and Caldwell Agreement, 06 -01 EXHIBIT A To Amendment 9 PROFESSIONAL SERVICES AGREEMENT NO. 06-01 SCOPE OF SERVICES RELATED TO PHASE 1 DESIGN SERVICES FOR THE PORT ANGELES CSO IMPROVEMENT PROGRAM Amendment 9 provides new or revised scope of services, and associated budgets, related to the Phase 1 CSO Program. These additions and revisions have largely arisen due to information discovered or requirements revealed as the current design has progressed. A description of these additions and revisions are organized within the context of the City's current accounting as presented below. Task 11.1 Project Management The current project schedule anticipates advertising the contract documents for bidding in early July, 2011 to accommodate funding decisions of the State Revolving Fund. The budget for Project Management is being extended from the previous scope through November, 2010 through June, 2011. The scope of Project Management efforts will include those described under the standing agreement including coordinate, monitor, and control the project resources to meet the technical, communication, and contractual obligations and administrative activities including preparation of monthly invoices and status reports, staff and subconsultant coordination and QA/QC. The additional budget also provides for coordination and guidance of the design team with and assistance related to several on -going City activities required for Phase 1 implementation. These activities include property acquisition, materials management requirement development, response and resolution of City design questions or proposals and questions or recommendations from the City's Constructibility Consultant. Final bidding strategies are expected to be reviewed and developed as time for bidding approaches. Task 11.2. Survey and Base Mapping Services The budget for this task is required for support to the City with writing legal descriptions related to acquisition of project land and easements. Specific scope of work developed between City and Wengler Surveying providing for the following products: SALE PARCEL BOUNDARY EXHIBIT MAP PIPELINE EASEMENT EXHIBIT MAP ACCESS EASEMENTS EXHIBIT MAP TEMPORARY CONSTRUCTION EASEMENT TRAIL EASEMENT UTILITY EASEMENTS MAPPING BOUNDARY ADJUSTMENT Task 11.7. Design of Standby Power Generator This task is created in response to a review by Department of Ecology. They cited the need for ready availability of electric power during emergency events to ensure function of the system for diverting CSOs to storage at all times. The generator will provide continuous standby power in the event of loss of primary, utility power. The standby power system will include a vendor supplied, skid mounted diesel engine driven electric generator supplied with a weatherproof, sound enclosure and integral fuel tank. The generator set will be mounted on a new concrete slab adjacent to the new eletrical building at the Influent Diversion Structure. Because the storage tank can be largely drained by gravity through a manually operated valve, standby power will not be extended to the Return Pump Station. This task is partially funded under this amendment. If needed, additional funding will be determined concurrent with any changes proposed through City and Constructibility reviews that may be required to complete project documents for bidding. Activities: Size and select standby power generator and acquire vendor data including weights and dimensions. Revise electrical site plan, IDS building plan, IDS one -line drawing, conduit and raceway drawings and schedule, and develop grounding plan. Design reinforced concrete slab for supporting vendor supplied generator set and fuel loads. Revised drawings to show extents of overexcavation required to prepare suitable foundation. Incorporate calculations in the structural calculation package. Coordinate generator location with access and traffic flow currently envisioned in this location. Revise surfacing plan is necessary. City Involvement The City will coordinate new work with archaeological planning Deliverables: Drawings and specifications for constructing the generator system to be included in the final (100 project manual package. C \Documents and Settings 1swraylDesktop \Final Amd 9 Exhibit A Scope doc Page 2 of 3 Task 11.12. Funding Assistance The scope of work for this task was included in Amendment 4 but it was only partially funded to $10,000. It was recognized that at that time the full scope could require an additional $22,000 however, with the submittal of the funding application the extent of costs beyond the original $10,000 funding was $5,500. Amendment 9 provides funding for this additional cost. C \Documents and Settings \swray \Desktop \Final Amd 9 Exhibit A Scope doc Page 3 of 3 Task Description Pre Design and Design through 60% (original contract and Amendments 1-3) 1 (Project Management 2 Mapping Condition Assessment 3 (Cultural 4 (Geotechnical 5 Environmental Permits CSO Plan Review and Preparation of Contract Documents 6 1 -6 5 'Detailed Civil, Mechanical, Structural, Electrical PICS Design 6 6 (Preparation of 60% Cost Estimate 7 Engineering Report Bidding Assistance 8 1 Evaluation of Additional Alternatives 9 (Plant Flow Management 10 lAdd'I Cultural Geotechnical Work Subtotal, Tasks 1 -10• Task 11 Complete detailed design of CSO Phase 1 Pr (Amendments 4-8) 60 11 1 11 2 11 3 11 4 11 5 11 6 11 7 12 13 14 15 16 EXHIBIT B To Amendment 9 PROFESSIONAL SERVICES AGREEMENT NO 06 -01 BUDGET PORT ANGELES CSO IMPROVEMENT PROJECT PHASE 1 DESIGN SERVICES Project Management Survey, Mapping Condition Assessment Cultural Resources Consultation Geotechnical Engineering Environmental Permits Alternative Development and Evaluation Detailed Civil, Mechanical, Structural, Electrical PICS Design Preparation of Cost Estimate Bidding Assistance Bridge Design Building Design Funding Assistance Outfall sediment sampling Rayonier Outfall Inspection Subtotal, Task 11 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) Approved Budget $112,841 19 $110,055 64 $25,092 98 $144,293 41 $150,829 67 $180,100 00 $958,296 98 $47,000 001 $35,279 11 $16,735 00 $59,092 00 $8,025 001 $1,847,640.981 jects $141,108 70 $65,261 52 $12,497 53 $129,665 35 $87,298 69 $79,740 00 $864,501 60 $50,298 64 $14,000 00 $211,200 00 $10,000 00 $10,000 00 $110,200 00 $49,000 00 $1,834,772.03 $8,400 00 $56,000 00 $26,000 00 $34,900 00 $350,050 00 $2,310,122 03 $3,742,790.98 Amendment 9 $92,500 00 $70,100 00 $10,000 00 $5,500 00 $178,100.00 $178,100 00 $178,100.00 Revised Budget $233,608 70 $135,361 52 $12,497 53 $129,665 35 $87,298 69 $79,740 00 $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 6