Loading...
HomeMy WebLinkAbout5.788 Amendment (20) 5.788 AMENDMENT NO. 20 TO THE AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF PORT ANGELES AND BROWN AND CALDWELL PROJECT 06-01 THIS AMENDMENT NO. 20 is made and entered into this of 2015, 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"); The CITY entered into the existing AGREEMENT with the CONSULTANT on July 5, 2006, (the AGREEMENT); and WHEREAS, the CITY and CONSULTANT amended the AGREEMENT on February 21, 2007, May 9, 2007, March 20, 2008, September 15, 2009,November 30, 2009, March 9, 2010, July 27, 2010, November 16, 2011, December 21, 2010, January 4, 2011, September 20, 2011, January 9, 2012, February 24, 2012, February 21, 2012, February 26, 2013, August 20, 2013 (Amendment 16), September 17, 2013 (Amendment 17), November 19, 20113 (Amendment 18), June 13`x', 2014 (Amendment 19), and has proposed Amendment 20 (the AMENDMENTS); and WHEREAS, the CITY desires to amend the AGREEMENT again to amend the Scope of Work, Task budgets, 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: 1 REVISED SCOPE OF SERVICES 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 20. 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 time of performance in Section IV of the original Agreement is amended to read: The work for all Tasks shall be completed by December 31, 2016. Amendment 20,Page I III MAXIMUM COMPENSATION The maximum compensation in Section VI of the Agreement remains as $7,393,129 as stated in Amendment 18. The budget for each Task is shown in Exhibit B to Amendment 20. 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$7,393,129 is not exceeded. IV EXHIBITS The following exhibits are incorporated into this Amendment: Exhibit A—Scope of Services - Phase 2 Construction Services for the Port Angeles CSO Improvement Program Exhibit B—Budget-Phase 2 Construction Services for the Port Angeles CSO Improvement Program V RATIFICATION As amended herein,the Agreement and the Amendments are ratified and confirmed. In WITNESS THEREOF, the parties hereto have executed this Amendment No. 20 to the Agreement as of the date and year first written above CITY OF PORT ANGELES BROWN AND CALDWELL By: �� B Y' Y: Dan McKeen, City Manager p Title: ATTEST: if vuu_ow nnifer Veneklasen, City Clerk APPROVED AS TO FORM: ,/ t� William E. Bloor, City Attorney Amendment 20,Page 2 EXHIBIT A To Amendment 20 PROFESSIONAL SERVICES AGREEMENT NO. 06-01 SCOPE OF SERVICES PHASE 2 CONSTRUCTION SERVICES FOR THE PORT ANGELES CSO IMPROVEMENT PROGRAM Amendment 20 provides a scope of services, and associated budgets,for design team support to the City during the Phase 2 CSO construction phase. Phase 2 construction will include the new Pump Station 4,the Front Street Diversion Sewer,and decommissioning of the existing Pump Station 4. Additionally, the Phase 2 CSO construction phase includes, as a separate project,the Front Street Stormwater Separation Project. The scope of support during construction includes review of contractor submittals on proposed material components of the improvements, interpretation of design intent when questions might arise, evaluation of proposals for changing the design, and observations of construction work completed. Prior to construction, BC will conform the bidding documents to include all contract changes issued by addendum and provide an electronic copy to the City. As construction is completed, BC will assist with systems start-up and commissioning and update the O&M Manual created during Phase 1 to include the Phase 2 systems and components. A more complete description of these services is presented below. During the Phase 2 CSO construction phase,the majority of the services provided herein will be related to the Phase 2 CSO Project; however,these same services will be needed for the Front Street Stormwater Separation Project. Cost associated with the Front Street Stormwater Separation Project will be tracked separately as Task 22.2. The design team (Consultant)covered by this amendment includes Brown and Caldwell (principal designer) and their subconsultants; Shannon &Wilson (geotechnical consultant), Conley Engineering (electrical and I&C design), and Lindberg&Smith Architects. Subconsultant design team members will provide engineering support during construction in the areas of their expertise and design responsibilities. General assignments of subconsultant support are as follows: 1. Shannon &Wilson geotechnical engineer will make site visits to observe locations of required over excavation to determine subgrade suitability to match design assumption.They will review and evaluate Contractor proposals for any material changes and general conditions of trench excavations and backfill. 2. Lindberg and Smith Architects will review all submittals, RFIs, and substitution requests related to building elements specified in Divisions 2, 4, 5, 7, 8, 9 and 10 of the CSO Phase 2 construction contract. Amendment 20,Page 3 3. Conley Engineers will review all submittals, RFIs, and substitution requests related to electrical, instrumentation and control elements of the design.They will make periodic site visits if requested to review final installations, preparations for startup and commissioning and consult with the Construction Manager as necessary and to the extent of available budget. 4. ESA will respond to questions or interpret circumstances encountered during construction that may raise compliance issues related to the various project permits. Task 22.1 Engineering Services for Phase 2 CSO Objective Provide field and office engineering services to the City during construction of the Phase 2 CSO improvements. As in Phase 1, it is expected that the City will sign the Certificate of Construction as required by the state Department of Ecology on the basis of BC acceptance of design changes and construction documentation provided by the City-contracted Construction Manager. Activities The Consultant will respond to City,Construction Manager(CM) and general contractor questions and address day-to-day construction related issues while in the Consultant's engineering offices or while on specified site visits. Services shall include conforming the bidding documents to include all contract changes issued by addendum, review and comments on Contractor submittals provided under Section 01300 of the CSO Phase 2 construction Contract Documents,technical interpretation of the contract drawings and specifications as requested in RFI's, review of substitution requests, and change order related services, as well as telephone consultation. All contractor communication shall be routed through the CM. Assumptions 1. Consultant shall utilize the CM's "Sharepoint" software for all official review and processing transactions. 2. Consultant shall have appropriate personnel attend a "Sharepoint" training session. Task Deliverables 1. Consultant shall provide to the City a conformed set of bidding documents to include all contract changes issued by addendum. Specifications and Drawings shall be provided in their original format as well as PDF before construction begins. Subtask 22.1.1 —Submittal Reviews Activities Submittals will be reviewed for general conformance with the project design concept and compliance with the information and design requirements specified in Section Amendment 20,Page 4 01300 and related sections of the CSO Phase 2 construction Contract Documents.The Consultant will complete submittal reviews within 20 calendar days following Consultant receipt. Submittal review comments will identify the corrections, modifications, and additions required, and, if appropriate, reasons as to why the submittal does not comply with the specifications. Should any submittal be found to be substantially deficient or incomplete, Consultant may reject the submittal without markups,while giving written examples of major deficiencies as cause for rejection. Written responses, in the form of written comments and/or marked-up submittals,will be transmitted to the CM via a submittal transmittal/comment form and supplemented by mark-ups of hard copy submittal documents where required for clarity or as may be consistent with the CM procedures.The Consultant will maintain a hard copy(and electronic if provided by the CM) submittal file in their office. Specific submittal reviews that are outside the scope of this Amendment include, but are not limited to Contractor's Injury and Illness Prevention Program (IIPP),Site Specific Health and Safety Plans (HASP), Contractor's Applications for Payment, construction schedules, and Contractor claims. Assumptions 1. Submittals shall be packaged and sent directly to the Consultants designated respondent by the Construction Manager. 2. Approximately 250 submittals are required in the Contract Documents.Typically, re- submittals are necessary to fully identify compliance with the specification;the rate of resubmittal by the Phase 1 contractor was 66%. A resubmittal rate of 45% is assumed for Phase 2 predicated on CM screening for submittal completeness prior to forwarding to BC. 3. It is assumed that the Construction Manager will develop and maintain a submittal logging system and provide access to the Consultant for purposes of Consultant tracking. Task Deliverables Submittal reviews on submittal forms,supplemented by mark-ups of hard copy submittal documents where required for clarity. Subtask 22.1.2 —RFI Reviews Activities Review Requests for Information (RFI's) as requested by the Construction Manager. RFI's will be reviewed and responses provided in writing on appropriate RFI forms within 20 calendar days following Consultant receipt except where a longer time has been agreed in advance due to unusual complexity. Amendment 20,Page 5 Assumptions RFI's shall not include calculations and other submittal items (i.e. pipe support calculations, which are considered a shop drawing submittal).The budget assumption is a total of 230 RFIs. Task Deliverables 1. Written or verbal responses to requests for information or design clarifications. 2. Responses may include drawings, specifications and cost estimates. Subtask 22.1.3—Change Order Assistance Objective Provide service to the City regarding change proposal review and development of change orders. Activities Review change proposals and develop required information for change orders involving the technical content of the design. If work under this task requires a design modification for City convenience,Consultant will prepare necessary drawings and supporting information. Design changes for Contractor convenience shall be prepared by the Contractor and reviewed for compatibility with Consultant design intent. Assumptions Budget assumes 29 change order requests that would be packaged into 9 unique change orders. It is further assumed that the CM will make initial determinations of acceptability of change requests in dialog with Contractor and prepare the actual change order document incorporating Consultant provided technical requirements. Task Deliverables 1. Change order materials including drawings,specifications and cost estimates. 2. Responses to change order requests. Subtask 22.1.4— Design Team Site Visits Activities Facility and discipline design leads will make scheduled site visits to review the progress and quality of construction and/or provide services to the City related to the resolution of construction related issues upon request of the City or Construction Manager.Site Amendment 20,Page 6 visits may include attendance at weekly construction meetings or facility coordination meetings. Assumptions Frequency and number of site visits will likely vary depending on construction activities and project status, on a schedule mutually acceptable to the Consultant and the City and the CM or as limited by budget availability. A budget allowance included is based on 13 staff-person, 8 hour site visits each. Task Deliverables Site visit memoranda will be prepared where applicable, with electronic copies sent to City and the CM. Memoranda will discuss field observations and identify any specific construction issues apparent. Subtask 22.1.5— Pre-Planning Objectives Assist the City and Construction Manager in insuring the contractor has a full understanding of the definable features of work and all preparatory steps have been taken to start work. Activities Facility and discipline design leads will attend scheduled teleconferences to provide services to the City related to the resolution of construction related issues for construction for specific components or phases of construction upon request of the City or Construction Manager. Assumptions Frequency and number of teleconferences will likely vary depending on construction activities and project status, on a schedule mutually acceptable to the Consultant and the City and the CM or as limited by budget availability.A budget allowance included is based on 32 staff person hours. Subtask 22.1.6—Substitution Request Reviews Objective Assist the City and Construction Manager with evaluation and response to Contractor requests for substitutions. Amendment 20,Page 7 Activities Review Substitution Requests submitted by the Contractor as provided under paragraph 00710.4.9 of the CSO Phase 2 construction Contract Documents. Proposals will be reviewed for general conformance and compatibility with the project design concept and for compliance with the information and design requirements specified in the CSO Phase 2 construction Contract Documents.The Consultant will provide a recommendation or commentary on the Substitution Request to the City from which a decision would be made. If the proposal requires a design modification,the City will be notified of cost and time to complete in order to consider the cost of design change with any savings from a substitution and to authorize the work and budget addition, if necessary. If authorized by City, Consultant will prepare necessary drawings and supporting information to allow the substitution to be accommodated in the design. Design changes would be initiated and processed under Subtask 22.1.3. Assumptions 1. All proposals shall specifically define where there are deviations from the written specifications or documented design requirements. 2. Since design change requests are not predictable, design modifications shall require City approval as they may require budget additions. Proposed budget assumes Substitution Request reviews are included within the number of assumed RFIs. No specific budget allowance has been included for design modifications that may be required to accommodate substitutions. 3. Proposals shall contain all submittal information required by the specifications. In addition, all requests shall specifically define where there are deviations from the written specifications or documented design requirements. Task Deliverables 1. Written summary of the Consultant's review of proposed substitutions. 2. Drawings and sketches will be prepared if required for approved proposals. Subtask 22.1.7—Claims Support Objective Assist the City and Construction Manager with response to contractor claims. Amendment 20,Page 8 Activities Upon request, Consultant will evaluate and prepare necessary responses to contractor claims with supporting information. Assumptions Since claims,their nature and the extent of their evaluation are not predictable,this work may require budget additions. No specific budget allowance has been assumed for this task. Task Deliverables Written responses or Technical Memoranda with any supporting documentation. Task 22.2 Engineering Services for Front Street Stormwater Separation Objective Provide field and office engineering services to the City during construction of the Front Street Stormwater Separation improvements. Activities The Consultant will respond to City, Construction Manager(CM) and general contractor questions and address day-to-day construction related issues while in the Consultant's engineering offices or while on specified site visits. Services shall include conforming the bidding documents to include all contract changes issued by addendum, review and comments on Contractor submittals provided under Section 01300 of the CSO Phase 2 construction Contract Documents,technical interpretation of the contract drawings and specifications as requested in RFI's, review of substitution requests, and change order related services, as well as telephone consultation.All contractor communication shall be routed through the CM. Assumptions 1. Consultant shall utilize the CM's "Sharepoint" software for all official review and processing transactions. 2. Consultant shall have appropriate personnel attend a "Sharepoint"training session. Task Deliverables 1. Consultant shall provide to the City a conformed set of bidding documents to include all contract changes issued by addendum. Specifications and Drawings shall be provided in their original format as well as PDF before construction begins. Amendment 20,Page 9 Subtask 22.2.1 —Submittal Reviews Activities Submittals will be reviewed for general conformance with the project design concept and compliance with the information and design requirements specified in Section 01300 and related sections of the CSO Phase 2 construction Contract Documents.The Consultant will complete submittal reviews within 20 calendar days following Consultant receipt. Submittal review comments will identify the corrections, modifications, and additions required,and, if appropriate, reasons as to why the submittal does not comply with the specifications. Should any submittal be found to be substantially deficient or incomplete, Consultant may reject the submittal without markups,while giving written examples of major deficiencies as cause for rejection.Written responses, in the form of written comments and/or marked-up submittals,will be transmitted to the CM via a submittal transmittal/comment form and supplemented by mark-ups of hard copy submittal documents where required for clarity or as may be consistent with the CM procedures.The Consultant will maintain a hard copy(and electronic if provided by the CM) submittal file in their office. Specific submittal reviews that are outside the scope of this Amendment include, but are not limited to Contractor's Injury and Illness Prevention Program (IIPP),Site Specific Health and Safety Plans (HASP), Contractor's Applications for Payment, construction schedules, and Contractor claims. Assumptions 1.Submittals shall be packaged and sent directly to the Consultants designated respondent by the Construction Manager. 2. Approximately 10 submittals are required in the Contract Documents.Typically, re- submittals are necessary to fully identify compliance with the specification;the rate of resubmittal by the Phase 1 contractor was 66%.A resubmittal rate of 45% is assumed for Phase 2 predicated on CM screening for submittal completeness prior to forwarding to BC. 3. It is assumed that the Construction Manager will develop and maintain a submittal logging system and provide access to the Consultant for purposes of Consultant tracking. Task Deliverables Submittal reviews on submittal forms,supplemented by mark-ups of hard copy submittal documents where required for clarity. Amendment 20,Page 10 Subtask 22.2.2—RFI Reviews Activities Review Requests for Information (RFI's) as requested by the Construction Manager. RFI's will be reviewed and responses provided in writing on appropriate RFI forms within 20 calendar days following Consultant receipt except where a longer time has been agreed in advance due to unusual complexity. Assumptions RFI's shall not include calculations and other submittal items (i.e. pipe support calculations,which are considered a shop drawing submittal).The budget assumption is a total of 10 RFIs. Task Deliverables 1. Written or verbal responses to requests for information or design clarifications. 2. Responses may include drawings, specifications and cost estimates. Subtask 22.2.3—Change Order Assistance Objective Provide service to the City regarding change proposal review and development of change orders. Activities Review change proposals and develop required information for change orders involving the technical content of the design. If work under this task requires a design modification for City convenience, Consultant will prepare necessary drawings and supporting information. Design changes for Contractor convenience shall be prepared by the Contractor and reviewed for compatibility with Consultant design intent. Assumptions Budget assumes 1 change order request that would be packaged into 1 unique change order. It is further assumed that the CM will make initial determinations of acceptability of change requests in dialog with Contractor and prepare the actual change order document incorporating Consultant provided technical requirements. Amendment 20,Page I I Task Deliverables 1. Change order materials including drawings, specifications and cost estimates. 2. Responses to change order requests. Subtask 22.2.4— Design Team Site Visits Activities Facility and discipline design leads will make scheduled site visits to review the progress and quality of construction and/or provide services to the City related to the resolution of construction related issues upon request of the City or Construction Manager.Site visits may include attendance at weekly construction meetings or facility coordination meetings. Assumptions Frequency and number of site visits will likely vary depending on construction activities and project status, on a schedule mutually acceptable to the Consultant and the City and the CM or as limited by budget availability.A budget allowance included is based on 1 staff-person, 8 hour site visit. Task Deliverables Site visit memoranda will be prepared where applicable,with electronic copies sent to City and the CM. Memoranda will discuss field observations and identify any specific construction issues apparent. Subtask 22.2.5— Pre-Planning Objectives Assist the City and Construction Manager in insuring the contractor has a full understanding of the definable features of work and all preparatory steps have been taken to start work. Activities Facility and discipline design leads will attend scheduled teleconferences to provide services to the City related to the resolution of construction related issues for construction for specific components or phases of construction upon request of the City or Construction Manager. Amendment 20,Page 12 Assumptions Frequency and number of teleconferences will likely vary depending on construction activities and project status, on a schedule mutually acceptable to the Consultant and the City and the CM or as limited by budget availability. A budget allowance included is based on 2 staff person hours. Subtask 22.2.6—Substitution Request Reviews Objective Assist the City and Construction Manager with evaluation and response to Contractor requests for substitutions. Activities Review Substitution Requests submitted by the Contractor as provided under paragraph 00710.4.9 of the CSO Phase 2 construction Contract Documents. Proposals will be reviewed for general conformance and compatibility with the project design concept and for compliance with the information and design requirements specified in the CSO Phase 2 construction Contract Documents.The Consultant will provide a recommendation or commentary on the Substitution Request to the City from which a decision would be made. If the proposal requires a design modification,the City will be notified of cost and time to complete in order to consider the cost of design change with any savings from a substitution and to authorize the work and budget addition, if necessary. If authorized by City, Consultant will prepare necessary drawings and supporting information to allow the substitution to be accommodated in the design. Design changes would be initiated and processed under Subtask 22.1.3. Assumptions 1.All proposals shall specifically define where there are deviations from the written specifications or documented design requirements. 2. Since design change requests are not predictable, design modifications shall require City approval as they may require budget additions. Proposed budget assumes Substitution Request reviews are included within the number of assumed RFIs. No specific budget allowance has been included for design modifications that may be required to accommodate substitutions. 3. Proposals shall contain all submittal information required by the specifications. In addition, all requests shall specifically define where there are deviations from the written specifications or documented design requirements. Amendment 20,Page 13 Task Deliverables 1. Written summary of the Consultant's review of proposed substitutions. 2. Drawings and sketches will be prepared if required for approved proposals. Subtask 22.2.7—Claims Support Objective Assist the City and Construction Manager with response to contractor claims. Activities Upon request,Consultant will evaluate and prepare necessary responses to contractor claims with supporting information. Assumptions Since claims,their nature and the extent of their evaluation are not predictable,this work may require budget additions. No specific budget allowance has been assumed for this task. Task Deliverables Written responses or Technical Memoranda with any supporting documentation. Task 22.3 Equipment and System Performance and Operational Testing, and Commissioning Objectives Assist the Construction Manager with coordination, planning and implementation of Equipment and System Performance and Operational Testing, and Commissioning activities for the entire CSO Project (Phase 1 and Phase 2) equipment,facilities and systems. Amendment 20,Page 14 Subtask 22.3.1— Planning for Equipment and System Performance and Operational Testing (Testing) Activities Consultant discipline leads will assist the Construction Manager to evaluate the Contractor's Documentation,Test, and Commissioning Plans (Plans), and Testing Schedule (Schedule) as requested. Such assistance may include the following: • Review and comment on the Contractor's written Plans and Schedule submitted under Section 01660 and 01662 of the CSO Phase 2 construction Contract Documents. • Provide instruction or recommendations to Contractor's Testing and Commissioning team led by the Construction Manager and the Contractor's Quality Assurance Manager. • Advise on specific equipment or system issues as may arise. • Coordinate schedule and start-up event timing with Construction Manager. Assumptions 1. An initial Contractor's startup and quality assurance plan has been developed and submitted prior to Consultant/City/Construction Manager team planning meetings. 2. A budget of 16 staff-person hours is assumed for planning teleconferences. Task Deliverables 1. Identification and documentation of facility testing issues shall be presented as a brief memorandum. 2. Review comments on draft and final Contractor Plans and Schedule documents. Subtask 22.3.2— Equipment and System Performance and Operational Testing (Testing) Activities The Phase 2 equipment and systems and the combined Phase 1/Phase 2 SCADA operation will be tested by the Contractor.The Consultant will provide engineering support during the testing phase by responding to questions that may arise in regard to design intent and system performance. Amendment 20,Page 15 Assumptions 1. An initial Contractor's test plan has been developed and submitted prior to Consultant/City/Construction Manager team planning meetings. 2.The Contractor shall conduct all testing and shall provide test data to the Consultant in electronic format. Consultant shall review the data and discuss results or respond to questions with the City/Construction Manager and provide written responses in the form of memoranda as appropriate. 3. Consultant facility leads will be make one field visit to observe system function following successful testing of their respective areas of design.Testing shall be arranged and coordinated by the Construction Manager. 4. A budget allowance of 10 staff person hours is assumed for the onsite meeting, including travel time, preparation and follow-up.Two Consultant team members (one mechanical and one electrical/I&C engineer)will attend the on-site meeting. 5.Arrangement/conducting of meetings and meeting notes are provided by others. Task Deliverables Field notes and memoranda identifying corrective actions for problems or deficiencies noted during testing. Subtask 22.3.3—Commissioning Activities The Phase 2 improvements equipment and systems and Phase 1 integration programming shall be commissioned by the Contractor.The Consultant will provide engineering support during the commissioning phase by responding to questions that may arise in regard to design intent and system performance. Assumptions 1.An initial Contractor's commissioning plan has been developed and submitted prior to Consultant/City/Construction Manager team planning meetings. 2.The Contractor shall conduct all commissioning and shall provide commissioning data to the Consultant in electronic format. Consultant shall review the data and discuss results or respond to questions with the City/Construction Manager and provide written responses in the form of memoranda as appropriate. Amendment 20,Page 16 3. Consultant facility leads will make two field visits to observe commissioning activities during the 30 day commissioning period. Commissioning shall be arranged and coordinated by the Construction Manager. 4.A budget allowance of 10 staff person hours is assumed for each onsite meeting, including travel time, preparation and follow-up.Two Consultant team members (one mechanical and one electrical/I&C engineer)will attend each meeting resulting in 20 staff person hours total. 5. Arrangement/conducting of meetings and meeting notes are provided by others. Task Deliverables Field notes and memoranda identifying corrective actions for problems or deficiencies noted during commissioning. Task 22.4 — Training, and Operation & Maintenance Manual Objectives Assist the Construction Manager with coordination, planning and implementation of training activities for the entire CSO Project (Phase 1 and Phase 2),and provide final Operation and Maintenance Manual that incorporates Phase 1 and Phase 2 improvements and their integrated operation. Subtask 22.4.1 —Training Activities Consultant discipline leads will assist the Construction Manager to evaluate the Contractor's training plans/agendas as requested. Such assistance may include the following: • Review and comment on the Contractor's written training plans/agendas submitted under Section 01664. • Verify all required training has been identified. Advise on specific equipment or system elements that should be discussed. • Coordinate schedule and training event timing with Construction Manager. Assumptions 1. Mechanical and Electrical/I&C engineers will review training plans for consistency with design and operation intent. Budget allowance this task is shown in Exhibit B. Amendment 20,Page 17 Task Deliverables 1. Review comments on draft and final Contractor training plan/agenda documents. Subtask 22.4.2 - Operation & Maintenance (O&M) Manual Objective To prepare an Operations &Control Plan for use in pump station startup, and,to update the operations and maintenance manual prepared for the Phase 1 CSO facilities to include the Phase 2 improvements and provides for integration with other existing City conveyance and SCADA facilities. Activities Prior to pump station commissioning, the Consultant will prepare an Operations& Control Plan (OCP)for use in pump station commissioning. The OCP is intended as an abbreviated form of the Operations and Maintenance Manual and contain at a minimum the following: • Operational and Equipment Description • Control Strategies • Emergency Operation and Control The Consultant will update the Phase 1 Operations and Maintenance Manual specifically for the CSO Phase 2 Project improvements following the format developed for the Phase 1 Manual as follows: • Operational and Equipment Description • Control Strategies • Emergency Operation and Control • Safety • Maintenance Utilizing one site visit to review general operations with staff and the Contractor provided 0&M data required under Section 01730 of the construction Contract Documents,the Consultant will expand the templates for this manual to include the Phase 2 systems and components.The Consultant will then populate the manual with the specific data and photographs for the Phase 2 improvements.The manual will include references to existing Safety, Emergency Response Documents, Spill Plans, and Phase 2 project CAD drawings as available and appropriate. The Consultant will: Amendment 20,Page 18 1. Identify and incorporate current staff Standard Operating Procedures including safety. 2. Develop content specific outlines and develop graphic content for the manual. Manufacturer materials submitted by the Contractor and assembled by the City will be incorporated by reference to provide the basic O&M information. 3. Prepare operating requirements and strategies from project Control logic descriptions. 4. Submit one copy of O&M Manual to Department of Ecology. City Responsibilities The City will be responsible for staff participation in Manual development;for review and comment on written and graphic contents;and for coordinating Contractor provided SCADA elements of control systems. Assumptions Consultant will prepare electronic Word'files of O&M Manual text for review. Review of electronic Word® documents will be performed using track changes feature. Task Deliverables 1. Operations &Control Manual to include visual aids. May be in PDF, or Microsoft Power Point format. Form to be determined by agreement with City. 2. O&M Manual updated to include the Phase 2 improvements and integration of Phase 1 & 2 components. Task 22.5 Project Management Objective To provide overall design team leadership and guidance to align the project with City objectives and provide project deliverables within budget and time constraints.To coordinate, monitor, and control the project resources to meet the technical, communication, and contractual obligations required for developing and implementing the Phase 2 CSO improvements. Provide planning and support to on-going CSO Program implementation as needed. Activities Consultant will prepare an update of the Project Management Plan to cover Consultant team operations and protocols during construction phase of the project. 1. Coordinate the activities of Consultant staff to make site visits,to respond effectively to Requests for Information (RFI),formal submittals and other requests, and maintain records of construction Amendment 20,Page 19 documents for use by Consultant's office staff. Track response time and manage the RFI and Submittal logs for the Consultant(Consultant anticipates access to and coordination with a document management and control system provided by the Construction Manager). 2.The Consultant shall prepare a Health and Safety Plan adapted to the Phase 2 Project construction phase. Consultant's Health and Safety Plan shall be coordinated with similar plans prepared by the Construction Manager and shall be provided to all Consultant team members prior to accessing construction areas. Assumptions 1. Construction duration will be 16 months. Task Deliverables: 1. 20 monthly progress reports and monthly invoices to be prepared during the Construction Phase of this contract. 2. Health and Safety Plan developed as part of project management plan update. 3. Program coordination, planning updates including cost estimating and schedule revisions, and presentations as necessary to maintain progress on the overall CSO Program. Amendment 20,Page 20 EXHIBIT B To Amendment 20 PROFESSIONAL SERVICES AGREEMENT NO. 06-01 BUDGET PHASE 2 CONSTRUCTION SERVICES FOR THE PORT ANGELES CSO IMPROVEMENT PROGRAM Task Task Description Amount 22.1 ENGINEERING SERVICES FOR PHASE 2 CSO 22.1.1 Submittal Reviews $293,449 22.1.2 RFI Reviews $87,353 22.1.3 Change Order Assistance $61,124 22.1.4 Design Team Site visits $15,904 22.1.5 Pre-Planning $6,023 22.1.6 Substitution Request Reviews 22.1.7 Claims Support Subtotal $463,853 22.2 ENGINEERING SERVICES FOR FRONT STREET STORMWATER SEPARATION 22.2.1 Submittal Reviews $12,653 22.2.2 RFI Reviews $3,766 22.2.3 Change Order Assistance $21635 22.2.4 Design Team Site visits $686 22.2.5 Pre-Planning $260 22.2.6 Substitution Request Reviews 22.2.7 Claims Support Subtotal $20,000 22.3 EQUIPMENT/SYSTEM PERFORMANCE, OPERATIONAL TESTING & COMMISSIONING 22.3.1 Planning Performance&Operational Testing $982 22.3.2 System Performance&Operational Testing $1,223 22.3.3 Commissioning $2,443 Subtotal $4,648 22.4 TRAINING AND O&M MANUAL 22.4.1 Training $6,339 22.4.2 Operations &Maintenance Manual $52,555 Subtotal $58,894 22.5 PROJECT MANAGEMENT 22.5 Project Management $58,234 GRAND TOTAL $605,629 Amendment 20,Page 21