HomeMy WebLinkAbout205 CPH-Amendment 63(V -
TO AGREEMENT DATED DECEMBER 7, 1983
im
ENGINEERING SERVICES
FOR DESIGN OF
FORT MELLON LIFT STATION AND FORCEMAIN
THE CITY OF SANFORD, FLORIDA
CPH ENGINEERS, INC.
This Agreement made on the day of 20.0/ between the CITY
OF SANFORD, FLORIDA (hereinafter called the CITY) and CPH ENGINEERS, INC.
(hereinafter called the ENGINEER), is mutually agreed upon and declared an authorized
Amendment to an Agreement dated December 7, 1983, between the parties, herein setting
forth the scope, terms and conditions of the work herein authorized.
In case of any conflict between this Amendment and the aforementioned Agreement of
December 7, 1983, this Amendment shall govern for the work described herein.
WHEREAS, the Fort Mellon Lift Station is a sewage pump station, originally constructed
in the late 1950's, which serves a major part of the eastern portion of the City, generally
defined as the areas eastward from U.S. 17 & 92 between First street and Lake Monroe;
those areas east of Locust Avenue from Lake Monroe to 25th Street; and the areas south
of 2511 Street from Sanford Avenue to the airport, inclusive, and
WHEREAS, the Fort Mellon Lift Station and forcemain are currently near capacity as
evidenced by occasional backup, surcharging and overflow due to increased sewer flows
during periods of prolonged or intense rainfall, and
WHEREAS, the Fort Mellon Lift Station is located in an area of possible future
development along the lakefront, including the proposed riverwalk project, and
WHEREAS, the City of Sanford wishes to construct a replacement lift station with sufficient
capacity to accommodate existing and future development, as well as a lift station that will
be compatible with the future riverwalk project and any possible development of Fort
Mellon Park, and
WHEREAS, the City of Sanford has an established relationship and continuing services
agreement with the ENGINEER for provision of design services on this project on which
the ENGINEER has previously prepared studies and evaluations of the Fort Mellon Lift
Station and contributory areas, and
WHEREAS, the ENGINEER is intimately familiar with and qualified for this project work
including sewage pump station and transmission main design, and has personnel and
capabilities to perform the designated services, and
WHEREAS the CITY has requested the ENGINEER to perform engineering design
services for the replacement lift station and forcemain upgrade,
NOW THEREFORE, the CITY and the ENGINEER for the considerations named herein
agree as follows:
SECTION 1
GENERAL
1.1 General
This Amendment work is to generally provide for engineering services for the
design and preparation of engineering plans and specifications for the
construction of a replacement pump station for the Fort Mellon Lift Station
and a forcemain upgrade. The project will consist of a triplex submersible
pump station with provisions for emergency power and telemetry,
approximately 1,500 LF of gravity sewer and approximately 1,500 LF of
forcemain. Emergency power for the new lift station will be provided by a
trailer -mounted generator, which will be specified as part of this project. The
design will include telemetry allowing remote monitoring of the lift station at
the CITY's Water Reclamation Facility.
1.1.2 The project will include three phases: (1) preliminary design of the lift station
and forcemain, (2) final design of the forcemain, and (3) final design of the
lift station. The forcemain design will be accelerated so as to obtain
increased capacity at the existing lift station in the near term. The new lift
station will be designed to make use of the prior forcemain improvements.
1.1.3 Subconsultant services for the topographic and route surveys, geotechnical
evaluations and electrical design are included as part of this Amendment.
Additional subconsultant services including land acquisition, title searches,
boundary surveys, preparation of legal descriptions or sketches of
description, environmental assessments (including wetlands, surface water,
or hazardous material surveys) are not included. If these services are
subsequently determined advisable during the course of work, they may be
considered for authorization as an additional service under Section 3 of this
Amendment or separately provided by the CITY or consultants employed
directly by the CITY.
1.1.4 The ENGINEER shall provide all services required to complete each task in
accordance with regulatory requirements in effect on the date of execution
of this Agreement to the extent of the scope of work as defined and set out
in this Amendment. The ENGINEER shall perform professional services as
hereinafter stated in accordance with good engineering practices.
SECTION 2
SCOPE OF DESIGN SERVICES
2.1 General Services of the ENGINEER
2.1.1 The ENGINEER agrees to perform professional services in connection with
the project as hereinafter stated.
2.1.2 The ENGINEER will serve as the CITY's professional engineering
representative in those phases of the project to which this Scope of Services
applies, and will give consultation and advice to the CITY during the
performance of these services. The ENGINEER will perform the services for
the City Commission under the direction of the City Manager or his
designated representative.
2.1.3 Attached as Exhibit "A", is a Scope of Services which is hereby made a part
of this Amendment showing the scope of work contemplated, the time
estimates, and overall cost estimates for the initial scope of work generally
described herein.
2.2 Preliminary Design Services
2.2.1 The ENGINEER will gather information needed for the project including sewer
system maps, aerials, previous studies and evaluations, previous gravity
sewer and forcemain improvement plans, proposed plans for the riverwalk
project and conceptual plans for the waterfront hotel and conference center.
2.2.2 The ENGINEER will prepare preliminary pump station design parameters and
two (2) conceptual location designs for the new lift station for the CITY's
consideration and input.
2.2.3 Based on input from the CITY, the ENGINEER will finalize the preliminary
design and location for the lift station, and will prepare a preliminary opinion
of probable construction cost.
2.3 Final Design for Forcemain
2.3.1 The ENGINEER will procure the services of a survey subconsultant to
conduct a route survey for the proposed forcemain. The forcemain route will
begin at the existing lift station and run South to the North side of 15` Street,
thence Westerly to Cypress Avenue, thence Southerly along the East 1/2 of
Cypress Avenue to 2nd Street. The route survey will include spot elevations,
location of trees, culture, visible improvements and underground utilities
flagging as provided by Sunshine One Call or the various utility companies.
Property lines will only be shown as platted, and will not be field located.
2.3.2 The ENGINEER will procure the services of a geotechnical subconsultant to
perform necessary soil and geotechnical evaluations along the pipeline
route. Soil borings will be performed at a spacing of 200 feet along the
proposed pipeline alignment.
2.3.3 The ENGINEER will prepare final design construction plans for the forcemain
upgrade in accordance with the preliminary design and the opinion of
probable construction cost approved by the CITY. The final construction
plans shall consist of the following:
1. Cover sheet
2. Key sheet and notes
3. Forcemain details
4. Plan and profile sheets
2.3.4 The ENGINEER shall prepare Contract Documents (including technical
specifications) for the forcemain construction.
-4-
2.3.5 The ENGINEER will meet with the CITY to review the plans and
specifications at the 60%, 90% and 100% completion stage.
2.3.6 The ENGINEER shall provide internal quality control reviews of the project,
and shall perform a field check of the completed construction plans to ensure
constructability.
2.3.7 The ENGINEER will prepare permit applications for construction authorization
from the Florida Department of Environmental Protection and all other
jurisdictional regulatory agencies. The CITY will pay for the associated
permit application fees.
2.3.8 The ENGINEER will modify the Contract plans and specifications, as
necessary, based on the CITY and regulatory agency review.
2.3.9 The ENGINEER will update the CITY's preliminary engineering cost estimate
based on the final plans and specifications.
2.3.10 The ENGINEER shall provide the CITY with six (6) sets of Contract Drawings
and Documents for the forcemain upgrade.
2.4 Final Design for Lift Station
2.4.1 The ENGINEER will procure the services of a survey subconsultant to
conduct site and route surveys for the proposed lift station and gravity sewer.
For purposes of this Amendment, the gravity sewer route survey will include
a 50'- 100' corridor, approximately 1,500 LF in length. The site and route
surveys will include spot elevations, location of trees, culture, visible
improvements and underground utilities flagging as provided by Sunshine
One Call or the various utility companies. Property lines will only be shown
as platted, and will not be field located.
2.4.2 The ENGINEER will procure the services of a geotechnical subconsultant to
perform necessary soil and geotechnical evaluations at the lift station site
and along the gravity sewer route. Soil borings will be performed at a
spacing of 200 feet along the proposed gravity sewer alignment.
2.4.3 The ENGINEER will prepare final design construction plans for the lift station
and gravity sewer in accordance with the preliminary design and the opinion
of probable construction cost approved by the CITY. The final construction
plans shall consist of the following:
1. Cover sheet
2. Key sheet and notes
3. Demolition plan
4. Lift station site plan
5. Lift station details
6. Gravity sewer plan and profile sheets
7. Gravity sewer details
8. Electrical/telemetry sheets
2.4.4 The ENGINEER shall prepare Contract Documents (including technical
specifications) for the lift station and gravity sewer construction.
2.4.5 The ENGINEER will meet with the CITY to review the plans and
specifications at the 60%, 90% and 100% completion stage.
2.4.6 The ENGINEER shall provide internal quality control reviews of the project,
and shall perform a field check of the completed construction plans to ensure
constructability.
2.4.7 The ENGINEER will prepare permit applications for construction authorization
from the Florida Department of Environmental Protection and all other
jurisdictional regulatory agencies. The CITY will pay for the associated
permit application fees.
2.4.8 The ENGINEER will modify the Contract plans and specifications, as
necessary, based on the CITY and regulatory agency review.
2.4.9 The ENGINEER will update the CITY's preliminary engineering cost estimate
based on the final plans and specifications.
2.4.10 The ENGINEER shall provide the CITY with six (6) sets of Contract Drawings
and Documents for the new lift station and gravity sewer.
SECTION 3
ADDITIONAL SERVICES OF THE ENGINEER
3.1 If authorized by the CITY, the ENGINEER shall furnish or obtain from others
the following additional services, or the CITY may provide these services
separately or directly with the provider. Such additional services will be paid
for by the CITY as outlined in Section 5.
3.1.1 Additional services due to significant changes in the scope of the project or
its design including, but not limited to, changes in size, complexity, character
of construction or due to time delays in initiating or completion of the work as
described herein.
3.1.2 Provide through subconsultants, environmental scientist (jurisdictional and
permitting) services; land acquisition, boundary surveys, title searches,
preparation of legal descriptions or sketches of description; or other
specialist services including real estate or right-of-way agents, project or
construction management, financial or budgetary consultants, and
bookkeeping or accounting services. If these services are subsequently
determined advisable during the course of the work, they may be considered
for authorization as an additional service under this Section or separately
provided by the CITY.
3.1.3 Except as otherwise provided herein, services or additional costs associated
with revising previously accepted studies, reports, or other documents
prepared by the ENGINEER when such revisions are due to causes beyond
the ENGINEER's control.
3.1.4 Additional services resulting from public protests, administrative hearings, or
similar matters.
3.1.5 Preparing to serve and/or serving as an Expert Witness for the CITY in any
litigation, public hearing, condemnation proceeding, right-of-way or easement
acquisition or negotiation, or other legal / administrative proceeding.
3.1.6 Furnishing additional sets of prints of drawings and other Documents beyond
those designated in Section 2 of this Amendment.
3.1.7 Additional engineering services required by revisions to regulations (after the
date of this Amendment) as applicable to the U.S EPA, Florida Department
of Environmental Protection (FDEP), U.S. Department of Labor, OSHA, St.
Johns River Water Management District (SFRWMD), U.S. Army COE, or
other regulatory agency requirements.
3.1.8 Additional services in connection with the project including services normally
furnished by the CITY as described in Section 4 herein and services not
otherwise provided for in this Amendment.
SECTION 4
THE CITY'S RESPONSIBILITIES
4.1 The CITY will:
4.1.1 Advise the ENGINEER of his requirements for the project and designate a
person to act as the CITY's representative with respect to the work to be
performed under this Amendment, and such person shall have complete
authority to transmit instructions, receive information, interpret and define the
CITY's policies and decisions pertinent to the work covered by this
Amendment.
4.1.2 Obtain and provide data requested that is reasonably available on the project
along with operational and maintenance requirements and easement and
right-of-way requirements.
4.1.3 Guarantee access to and make all provisions for the ENGINEER to enter
upon public and private lands as required for the ENGINEER to perform his
work under this Amendment.
4.1.4 Make facilities accessible for inspection.
4.1.5 Examine all studies, reports, sketches, schedules, and other documents
presented by the ENGINEER and render decisions pertaining thereto within
a reasonable time so as not to delay the work of the ENGINEER.
4.1.6 Assist in obtaining approval of all governmental authorities having jurisdiction
over the project, and such approvals and consents from such other
individuals or bodies as may be necessary for completion of the Project.
4.1.7 Furnish or direct the ENGINEER in writing to provide at the CITY's expense,
any subconsultant services not designated in Section 2, if advised by the
ENGINEER and CITY concurs that they are necessary.
4.1.8 Furnish, or direct the ENGINEER in writing to provide at the CITY's expense,
necessary additional services as stipulated in Section 3 of this Amendment,
or other services as required.
4.1.9 Provide such legal, accounting, financial and insurance counseling services
as may be required for the project, and such auditing services as the CITY
may require.
4.1.10 Give prompt written notice to the ENGINEER whenever the CITY observes
or otherwise becomes aware of any deficiencies in the Work outlined herein.
SECTION 5
PAYMENT
5.1 Payment
5.1.1 Payment for services and expenses of the ENGINEER to be as set forth
below:
5.1.1.1 Principals and Employees of the ENGINEER.
5.1.1.2 Compensation paid ENGINEER for services described in Section 2 and
rendered by principals and employees assigned to the Project will be
computed by multiplying Standard Classification Billing Rates for all
classifications of employees engaged directly on the project times the
number of hours worked on the project.
The engineering fee for the services described herein shall not exceed
$59,650.00, inclusive of out-of-pocket expenses. Invoices will be submitted
on a regular basis and will indicate the hours expended during that billing
cycle.
5.2 Reimbursed Expenses
5.2.1 Expenses for items not specifically valued herein are to be reimbursed to the
ENGINEER at the actual cost thereof. Said expenses shall include
transportation and subsistence of principals and employees, when traveling
in connection with the project, toll telephone calls, telegrams, prints,
photocopies, and similar project -related items.
5.2.2 The CITY will make prompt payment in response to ENGINEER's invoices
without retention for all categories of services rendered under this Agreement
and for reimbursable expenses incurred.
5.2.3 Charges for the services rendered by principals and employees as witnesses
in any litigation, hearing or proceeding will be computed at a rate of $1200.00
per day or any portion thereof (but compensation for time spent in preparing
to appear in any such litigation, hearing or proceeding will be computed in
accordance with the payment method as set forth in Paragraphs 5.1.1.2 and
5.2.1 herein).
5.2.4 If this Agreement is terminated during prosecution of the services prior to
completion of the services of Section 2, payments to be made in accordance
with Paragraph 5.1.1.2 and 5.2.1 on account of that and all prior work under
this Amendment shall be due and payable, and shall constitute total payment
for services rendered. In addition, upon termination, the ENGINEER shall
be paid for any additional services authorized and rendered under Section
3.
5.2.5 Services provided by outside subconsultants will be billed at the direct cost
to the ENGINEER without increase.
SECTION 6
GENERAL CONDITIONS
6.1 Since the ENGINEER has no control over the cost of labor, materials, or
equipment or over any construction Contractor's method of determining
prices, any opinion of probable construction cost which may be provided in
the services of this Amendment are made on the basis of his experience and
qualifications and represent his best judgment as a design professional
familiar with the construction industry, but the ENGINEER cannot and does
not guarantee that bids or the construction cost will not vary from opinions
of probable cost prepared by him.
6.2 The CITY and the ENGINEER each binds himself and his partners,
successors, executors, administrators and assigns to the other party of this
Agreement and to partners, successors, executors, administrators, and
assigns of such other party in respect to all covenants of this Amendment.
Nothing herein shall be construed as creating any personal liability on the
part of any officer or agency of any public body which may be a party hereto,
nor shall it be construed as giving any rights or benefits hereunder to anyone
other than the CITY and the ENGINEER.
6.3 The ENGINEER agrees to initiate work promptly upon receipt of authorization
to proceed and to prosecute the work in a timely manner until the Project is
completed.
9"1
IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment the
day and year first above written.
ATTEST & SEAL
DATE
ATTEST & SEAL
DATE
CITY:
CITY OF SANFOI�, FLORIDA
TITLE
ENGINEER:
CPH ENGINEERS, INC.
i/ v� 4v��
Thomas L. ZenW, P.E.
Project Manager
David A. Gierach, P.E.
President
J:\Z6582.00\WP-WORD\PROPOSAL\SANFORD\FORTMELLONLIFTSTATION.doc
-11-
EXHIBIT "A"
SCOPE DFSERVICES
TIME AND COST ESTIMATE
FT. K0ELLONLIFT STATION &FORCEMAN
(Ft. Mellon Park)
Ft. Mellon Lift atation.m
ESTIMATED
S
EXPENSES
PRELIMINARY DESIGN PHASE
1
Assemble and review previous studies and
evaluations, gravity sewer & forcemain
improvement plans, 1/1 Analysis, etc.
2
8
12 1
4
2
Generate preliminary design parameters
and alternate conceptual designs for
location of new lift station
6
24
32
16
$50.00
Meet with City to discuss design
parameters and alternate locations
2
2
Finalize preliminary design based on input
from the City
16
24
8
$50.00
5
Identify wet well size, pump capacities,
Iforcemain sizing, electrical needs
4
24
16 j
6
Review revised preliminary design with City
prior to commencing subconsultant work
and final design
2
2
Prepare preliminary opinion of probable
FINAL DESIGN PHASE - FORCEMAIN
8
Obtain forcemain route topographic survey
See Sub -
and right-of-way/boundary survey from
consultant
Obtain subsurface and groundwater
See Sub -
assessment of forcemain route from
consultant
10
Finalize design parameters for torcemain
2
12
24
-
11
Prepare 60% construction plans consisting
Key Sheet and Notes
4
6
12
2
$25.00
12
Update Preliminary Opinion of Probable
Construction Cost
2
4
T3
Meet with City, review 60% plans,
construction cost
2
2
14
Modify plans and calculations as necessary
based on City review
8
12
15
Prepare 90% construction plans consisting
Cov r Sheet
--
Ft. Mellon Lift atation.m
Ft. Mellon Lift Station.As
ESTIMATED]
[TASK NO. IDESCRIPTION
P
E
T
D
S
EXPENSES
Forcemain Plan & Profile (estimate 3
sheets at 1" = 20' scale)
2
6
12
$75.00
16
Prepare Opinion of Probable Construction
Cost
1
2
2
17
Prepare Project Manual (Front end contract
documents and specifications)
24
8
$25.00
1-8
Meet with City, review 90% plans, project
manual and construction cost
2
2
19
Modify plans and project manual as
necessary based on City review
8
12
16
20
Prepare and submit FDEP permit
application for forcemain construction
8
4
21
Prepare Final Opinion of Probable
Construction Cost
1
2
22
Submit 6 sets of 100% plans and project
manual to City
1
$75.00
FINAL DESIGN PHASE - LIFTSTATION
I
23
Obtain lift station site and gravity sewer
route topographic surveys, right-of-
See Sub -
way/boundary surveys and legal
consultant
descriptions from Surveyor
4
4
2
expense 1
4
Obtain subsurface and groundwater
See Sub -
assessment of lift station site and gravity
consultant
sewer route from Geotechnical consultant.
4
4
2
expense
25
Finalize design parameters for lift station
4
20
32
26
Prepare 60% construction plans consisting
of:
Cover Sheet
1
2
8
$25.00
Key Sheet and Notes
4
4
12
2
$25.00
Demolition Plan
4
8
16
$25.00
Lift Station Site Plan
8
16
24
$25.00
Lift Station Details
8
16
24
$25.00
Gravity Sewer Plan & Profile (estimate 3
sheets at 1" = 20' scale)
8
12
1 36
$75.00
Gravity Sewer Details
2
4
12
$25.00
-
See Sub -
r
consultant
Electrical/Telemetry Sheets
4
4
expense
27
Update Preliminary Opinion of Probable
Construction Cost
1
4
8
28
Meet with City, review 60% plans,
construction cost
2
2
29
Modify plans and calculations as necessary
based on City review
12
16
30
Prepare 90% construction plans consisting
of:
Cover Sheet
1
1
2
$25.00
Key Sheet and Notes
1
2
4
2
$25.00
Demolition Plan
1
2
4
$25.00
Lift Station Site Plan
4
8
8
$25.00
Lift Station Details
2
4
4
$25.00
Gravity Sewer Plan & Profile (estimate 3
sheets at I" = 20' scale)
2
6
18
$75.00
JGravity Sewer Details
-1
2
4
$25.00
Ft. Mellon Lift Station.As
Sub -total (Based on Standard Billing
Rates)
Reimbursed Expenses
Survey Sub -consultant (Forcemain)
Survey Sub -consultant (Lift station site & gravity sewer route)
Geotechnical Subconsultant
Electrical Subconsultant
TOTAL
Ft. Mellon Lift Station.xis
$40,355.00
$500.00
$3,250.00
$3,100.00
$5,945.00
$6,500.00
$59,650.00
ESTIMATED
TASK NO. IDESCRIPTION
P
E
T
D I
S
EXPENSES
See Sub -
consultant
Electrical/Telemetry Sheets
2
2
-.expense
di
Prepare Opinion of Probable Construction
Cost
1
4
6
32
Prepare Project Manual (Front end contract
Idocuments and specifications)
32
12
$25.00
33
Meet with City, review 90% plans, project
manual and construction cost
2
2
34
Modify plans and project manual as
necessary based on City review
4
8
12
35
Prepare and submit FDEP permit
lapplication for lift station construction
8
4
6
Prepare Final Opinion of Probable
Construction Cost
1
2
37
Submit 6 sets of 100% plans and project
manual to City
1
$75.00
OTAL
TOTAL
187
1 207
130
27
$500.00
Sub -total (Based on Standard Billing
Rates)
Reimbursed Expenses
Survey Sub -consultant (Forcemain)
Survey Sub -consultant (Lift station site & gravity sewer route)
Geotechnical Subconsultant
Electrical Subconsultant
TOTAL
Ft. Mellon Lift Station.xis
$40,355.00
$500.00
$3,250.00
$3,100.00
$5,945.00
$6,500.00
$59,650.00
T
CITY OF SANFORD AGENDA MEMORANDUM DATE 05/14/01
ITEM NO.°
SUBJECT: CPH - Engineers Amendment #63 - Ft. Mellon Lift Station
DEPARTMENT: Utility
AUTHORIZED BY: _Paul Moore
DIVISION: Admin
CONTACT: Paul Moore EXT: 5640
MOTION/RECOMMENDATION:
Recommend approval of the proposal from CPH Engineers for the design of a new sewage
lift station at Ft. Mellon Park at a not to exceed cost of $59,650. Their design will be
coordinated with the Planning/Engineering Department and the riverwalk consultants.
The Utility Department has a main sewage lift station located near Seminole Blvd. in Ft.
Mellon Park. This is one of our largest lift station and serves a large area on the east side of
the City. This lift station is in need of major renovation and updating. Since service must
be maintained at all times it is more cost effective to replace the station.
Attached is a proposal from CPH Engineers for the design of a new lift station and
discharge line (force -main). The services include survey, geotechnical evaluation, design
and preparation of construction documents for bidding. The cost of this engineering
proposal shall not exceed $59,650. The design and location of the lift station will be
coordinated with the Planning/Engineering Department and the consultants for the
riverwalk project.
It is recommended that this proposal be accepted. Funds are available in account number
451-4520-536-34-06.
PM/ap
attachment
IRegular— Consent V/ Work Session - Briefin&_�
Reviewed by:
Cm
CA
Deputy CM
Finance DinzlW
Other – I
April 24, 2001
Mr. Paul R. Moore, P.E.
Utility Director
City of Sanford
P.O. Box 1788
Sanford, FL 32772-1788
RE: Proposal for Professional Engineering Services for
Fort Mellon Lift Stations and Forcernain
CPH Project Z6582.00
Dear Paul:
CPH Engineers, Inc.
500 West Fulton Street
Sanford, Florida 32771
P.O. Box 2808
Sanford, FL 32772-2808
Phone: 407-322-6841
Fax: 407-330-0639
www.cphengineers.com
We are pleased to present this proposal for professional engineering services for the design and
permitting of the Fort Mellon Lift Station and Forcemain. These services are in response to your
engineering proposal request of March 21, 2001.
Attached is our proposal to provide the above referenced professional engineering services,
which includes a scope of services to perforin the work.
We appreciate the opportunity to provide these services to the City of Sanford and shall proceed
upon your written authorization. If you have any questions regarding the proposed engineering
services proposal or the project, please do not hesitate to call.
Sincerely,
CPH Engineers, Inc.
40� 30�
Thomas L. Zenker, P.E.
Project Manager
SANFORD • ORLANDO • DELAND • PALM CITY • CAPE CORAL • JACKSONVILLE • PALM COAST • PUERTO RICO