Loading...
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