HomeMy WebLinkAbout205-CPH-Amendment 07, 07A
TEL305322-6841 TEL305831-5717
IN WITNESS WHEREOF, the parties hereto have caused this
Amendment No. 7-A to be executed as of the day and year
hereinabove set forth.
OWNER:
CITY OF SANFORD, FLORIDA
AT~TES~T~ ~ BY:Frank A. Faison City Mgr.
&
SEAL:
By authority of the City Commission
of the City of Sanford, Florida
granted for the OWNER on the date
of:
ENGINEER:
CONKLIN, PORTER & HOLMES-
ENGRS., INC.:
By:
ATTEST
&
SEAL:
TEL305322-6841 TEL 305 831-5717
10/9/85
Mr. Frank Faison
City of Sanford
Page 2
As always, we look forward to working with you and the City
staff on this important project.
Sincerely,
CONKLIN, PORTER & HOLMES-ENGINEERS, INC.
Robert M. Deverall, P. E.
Vice-President
RMD:pat
Attachments (as stated)
xc: Bill Simmons, P. E., City Engineer
Paul Moore, Director of Utilities
The specific services to be provided are as follows:
1.1 Bidding or Negotiation Phase
The OWNER will provide the ENGINEER with a written
authorization to proceed. After written authorization to
proceed with the bidding phase, the ENGINEER will provide the
following services:
1.1.1 Prepare advertisement for bid for placement in
appropriate publications by OWNER.
1.1.2 Distribute and keep records of the distribution of
Documents to bidders and suppliers.
1.1.3 Issue addenda to the Documents as required.
1.1.4 Conduct a pre-bid conference prior to the bid opening.
1.1.5 Answer Questions of bidders and suppliers. No
interpretations of the Documents shall be made other than
through issuance of Addenda to the Documents.
1.1.6 Attend the bid opening and OWNER's meetings at which
bids are opened and contracts awarded.
1.1.7 Evaluate the bids and assist the OWNER in his selection
of the construction Contractor.
1.1.8 Assist in the preparation of necessary documentation
for evaluation of Contractor's bidding information and other
data required for submission to the U. S. Environmental
Protection Agency or Florida Department of Environmental
Regulation to allow award of the Contract and issuance of Notice
to Proceed.
1.1.9 Consult with the OWNER and participate in all decisions
as to the acceptability of subcontractors and other persons and
organizations proposed by the general Contractor for those
portions of the work for which subcontractor approval is
required by the Documents.
1.1.10 Prepare and review contracts, bonds, insurance
certificates, construction schedules and other portions of the
contracts in order to assist the OWNER in his determination as
to whether to issue a Notice to Proceed to the Contractor.
1.6 Project Performance Certification
Under this phase of the work, the ENGINEER will:
1.6.1 Certify in writing to the OWNER and FDER, one year
after project completion, that based upon the data available,
the project meets the performance and operational requirements
applicable to the project and the requirements and
specifications to which the project was planned, designed and
built to meet.
6.1.5 Give prompt written notice to the ENGINEER whenever the
OWNER observes or otherwise becomes aware of any defect in the
Project.
6.1.6 Obtain 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.
6.1.7 Examine all studies, reports, sketches, addenda, change
orders, estimates, specifications, drawings, proposals and other
documents presented by the ENGINEER and shall render decisions
pertaining thereto within a reasonable time so as not to delay
the work of the ENGINEER or the Contractor.
6.1.8 Furnish, or direct the ENGINEER in writing to provide,
at the OWNER's expense, necessary additional services as
stipulated in Section II of this Agreement, or other services as
required.
6.1.9 Furnish at the Owner's expense the necessary
construction related Quality control testing.
SECTION VIII
IN WITNESS WHEREOF, the parties hereto have caused this
Agreement to be executed as of the day and year hereinabove set
forth.
OWNER:
CITY OF SANFORD, FLORIDA
AT~
SEAL ~
~ authoriV oftheCi~ Co~ission
of the Ci~ of Sanford, Florida
granted for the OWNER on the date
of:
ENGINEER:
CONKLIN, PORTER & HOLMES-
ENGINEERS, INC.
~,TT~S'F
- &
-' SE L
EXHIBIT A
EPA SPECIAL CONTRACT CONDITIONS
EXHIBIT B
Plan of Study
ESTIMATE OF COSTS
Bidding Services $12,659.17
Construction Administration 110,877.74
Resident Project Services 115,220.41
0 & M Manual and Plan of Study 24,874.34
Start Up Phase Services &
Performance Certification 18,717.60
Electrical Engineering 27,600.00
$309,949.26
Bidding Services
Hours Rate Total
P = Principal 12 X 23.18 278.16
E = Engineer 84 X 19.45 1,633.80
T = Technician 76 X 14.30 1,086.80
D = Draftsman O X 7.15 .00
S = Secretary 66 X 8.58 566.28
Direct Labor 3,565.04
Fringe Benefits 1,394.29
{39.11%)
General & Admin. 3,748.64
{105.15%)
Travel & per Diem .00
Equip., Mats. & 2,300.00
Supplies
Total "Cost" 11,007.97
Fixed Fee (15%) 1,651.20
Total $12,659.17
Construction Administration
Hours Rate Total
P: Principal 66 X 23.18 $1,529.88
E = Engineer 776 X 19.45 15,093.20
T = Technician 1156 X 14.30 16,530.80
D = Draftsman 120 X 7.]5 858.00
S = Secretary 588 X 8.58 5,045.04
Direct Labor 39,056.92
Fringe Benefits 15,275.16
(39.11%)
General & Admin. 41,068.35
(105.15%)
Travel & per Diem 15.00
Eeuip., Mats. &
Supplies 1,O00.O0
Total "Cost" 96,415.43
Fixed Fee (15%) 14,462.31
Total $110,877.74
Resident Project Services
Hours Rate Total
P = Principal 40 X 23.18 927.20
E: Engineer 304 X 19.45 5,912.80
T = Technician 2122 X 14.30 30,344.60
D = Draftsman 76 X 7.15 543.40
S = Secretary 300 X 8.58 2,574.00
Direct Labor $40,302.00
Fringe Benefits 15,762.11
139.11%)
General & Admin. 42,377.55
(105.15%)
Travel & per Diem 250.00
EQuip., Mats. & 1,500.00
Supplies
Total "Cost" lO0,191.66
Fixed Fee (15%) 15,028.75
Total $115,220.41
0 & M Manual and Plan of Operation
Hours Rate Total
P = Principal 32 X 23.18 741.76
E = Engineer 240 X 19.45 4,668.00
T = Technician 96 X 14.30 1,372.80
D = Draftsman 84 X 7.15 600.60
S = Secretary lO0 X 8.58 858.00
Direct Labor 8,241.16
Fringe Benefits 3,223.12
(39.11%)
General & Admin. 8,665.58
(105.15%)
Travel & per Diem .00
Eauip., Mats. & 1,500.00
Supplies
Total "Cost" 21,629.86
Fixed Fee (15%) 3,244.48
Total $24,874.34
Start Up Phase Services
Hours Rate Total
P = Principal 22 X 23.18 509.96
E = Engineer 244 X 19.45 4,745.80
T = Technician 20 X 14.30 286.00
D = Draftsman 16 X 7.15 114.40
S = Secretary 84 X 8.58 720.72
Direct Labor 6,376.88
Fringe Benefits 2,494.00
(39.11%)
General & Admin. 6,705.29
(105.15%)
Travel & per Diem .00
Equip., Mats. & 700.00
Supplies
Total "Cost" $16,276.17
Fixed Fee (15%) 2,441.43
Total $18,717.60
Electrical Engineering Subcontract
$24,000.00
Fixed Fee 3,600.00
Total $27,600.00
DETAILED WORK PLAN - CONS/NUCTION ADMINISTRATION
Time in Man hours [quip., Mots,
Item of ~ork P E T D S Travel & Per Diem _ S~?2LicL Subcontrdcts
Biddinq Services:
I. Advertisement for bids, contact- ~ 16 10 )
ing interested parties, etc.
2. Reproduction of Plans, Contract 10 20 $2,200,00
Documents, and Iechnical Speci-
fications for Bidders.
3. Bid openinq, bid evaluation and 4 12 20 10
recc~mlendations concerning bid
award.
4. Coordination with EPA, bid 4 24 10 |0 S 100.00
award, issuanace Of Notice to
Proceed.
5. Miscellaneous clarificatibns 4 40 20 16
during bidding, addenda, etc.
SUB-TOTAL BIDDING SERVICES 12 84 76 0 66 S2,300.00
DEIAILED WORK PLAN - CONSTRUCTION ADMINISTRAIION
Item of ,ork P [ T a S Travel & Per Diem ._Su~JL~:e~_ Su~contracts
1. A~tenoance ana preparation for 4 16 16 8 $5.00
2. Monthly progress reports. 8 100 180 80 $300.00
3. Processing ofpay estimates. 8 100 220 80 $100.00
4. Review of sulm,,i[[als, etc. 8 300 400 80 $300.00
5. Processing of change oroers. 8 80 120 120 100 $100.00
6. hnal acceptance, project closeout. 30 180 220 240 510.00 $200.00
SuB-TOTAL CONSTRUCTIOR ADMIN. 66 776 1156 120 588 $15.00
DETAILED WORK PLAN - CONSTRUCTION AUMINISIRAIION
~h~le in Manhours Equip., Mats.,
Item of Work P E T D S Travel & Per Diem __Supplies Subcontracts
Resident Project Services:
1. O~-site Resident Project Services 40 288 1,920 300 $200.00 $1,500.00
end supervision of Project
2. Fine] inspection, punch lists, etc. 16 202 76 $ 50.00
SUB-TOTAL RESIDENT PROJECT SER. 40 304 2,1~2 76 300 $250.00 $1,500.00
0 & M Manual and Plan oy_~eration:
I. Preparation of 0 & M Manual. 24 200 68 80 80 $1,500.00
2. Preparation of Plan of Operation, 8 40 28 4 20
SUB-TOTAt 0 & M ,~NUAL AND
PLAN OF OPERATION 32 240 96 84 100 51,500.00
DEFA|LED WORK PLAN - CONSIRUCIION ADMINISIRAIION
Equip,, Mats.,
Thne in Manhours )j~J~ es Subcontracts
p E T O S Travel & Per Diem
Startrup Phase Services and
performance Certification: S50.00
~ S 5.00
1. Pre and post start-up personnel 4 4n
training. 50.00
2. Fine tuninq to optimize process ~ 80 2n 8 5.00
and control. 5.00
3. Laboratory procedures. 4 H 8
25,00
4 12.50
4. taintenance manaqement system, 2 0 25.00
4 12,50
5. Records management system. 2 8 509.00
6. Revise 0 & M Manual after one 2 6~ 16 32
year of operation.
7. Engineer's performlance Certifica- 4 40 20
tion after one year of operation. S70O.O0
SUB-IOTAL STARI-UP PHASE AND 22 24a 20 16 84 $40.00
pERFOR;lANCE CERIIFICATION.
DETAILED WORK PLAN - CONSTRUCIION ADMINISiRAIION
SLUDGE [IANDLING FACILITY - CITY OF SANFORD
Thne in Manhours Equip., Mats.,
Jtel Of WOrk ~ P [ T D S Travel & Per Diem SuHlies Subcontracts
Flectrical Rngineerj. nq
l.quScontract for E:]ectrical $24,000 )
Engineering
SUB-TOTAL ELECTRICAL ENGINEERING $24,000
GRAND TOTAL - ALL PHASES 172 1648 3470 296 1138 $305.00 $7,000.00 $24,000
EXHIBIT C
EPA FORM 5700-41
(to be signed when contract is executed)
t o 01~
PART I-GENERAL
City of Sanford ! 586100
Conklin, Porter and Holmes-Enaineers, Inc.
Post Office Drawer 1976
Sanford, FL 32772-1976 Consultina Enaineerin~ Services
Construction of Sludpe Facilities
PART II-COST SUMMARY
Principal 172 s 23.18 s 3,986.96
Engineer _ 1648 19.45 32,053.60
Technician 3470 14.30 49,621.00
.......................... ~{~H 7' ~ 5 .... ~ 'f' ~ ';~"
' RJS~jJ'Y' .......... ~-=: .... ':: :' ' .- :' :.' ~ '-:'7
..........
............. om.c~ ~'~T~$~E.' ~ · . . ..~ .: ..' .
................................................................ ~,.
' "'.rb-'~nt ~'~,~,~al.C'a ~'S~:3:;S~ ............ s ............ ~D~Ff[ .... '
.... : "'L..' ............~-..~ ........... : ..............
-. I .- ~
............................ ~ -.~ ..................
....... EQU:PMENT SUBTOTAL: ~" ,' ' 'l'I '~;C'
.........................................
~ic..c'.,ric,~l
To: ~'OTA L 6~T~ COST S269,521.09
u...o~ 15% S 40.428.17
~. TOTAL PmCE S309,949.26
EPA Farm 570~41 (2-76) PAGE 1 OF
Form No. 17-1.217 (10)
(O~)L~'~-L~ 'oN m~o~
AMVWYt~! 331ihd- III mNvd
PROFIT OBJECTIVES
'. * ' 586100 - Sludqe Facilities
PROJECT NO. C-06- S'I~P NO. 3 A/E: Conklin, PQrter and Nolmes-Ennrs.,
COST ASSIGNED WEIghT ~I~T~D PROFIT
PROFIT FACTORS O1L~LTIVE M~DIAN MAXIMN ~DIAN MAXIMUM
1. Direct Labor $ 97,542.00 20% 23% ].9,508.40 22,43a.6~
(Item la)
2. Indirect Costs ~.40,714.09 13% 15%
(Item lb) 18,292.83 21,107.11
3. Other Direct $ 7,265.00 5% 7% 363.25 508.55
Costs (Items la, ld
~ lc)
4. Total Subcontract $ 24,000.00
Costs (Item 2 )
a. £0% or Less · 8 % 8% 1,920.00 1,929.0r
Total Est~nated
Cost
b. More Than 50% * % 6%
Total Est~nated
Cost
TOTALS $269,521.09 40,084.48 45,970.32
'%4edian" Profit $ 40,084.48 : 14.87 %
Maximum Profit Allowed $ 45,970.32 = 17.06 %, but not more than 16%
for CPFF and 18% for LS
40,428.17 15.00
A/E Proposed Profit $ =
*Assigned weights for subcontracted percent of total estimated cost:
0-30=8 41-50=6 61-70=4 81-90=2
31-40=7 51-60=5 71-80=3 91-100=1
February ~, 198~
02/01/83-
O1/31/B4
FRINGE RATES:
Holiday P~y 3.27
Vacation 4.37
Sick Pay 3.03
Payroll Taxes 9.21
Employee Insurance 6.45
Pension Plan 12.78
39.11%
G & A RATES:
Overhead Labor 21.37
Occupancy 8.95
General Insurance 4.12
Travel & Auto .66
Communications 5.45
Equipment Rental 3.56
~aintenance & EDP
Office Supplies 12.14
Outside Professional 1.31
(CPA, oct.)
Depreciation 3.95
Corporate Licenses .73
Dues, Subscriptions
Incentive Pay 39.49
Personnel Expenses 1.25
Taxes 2.17
105.15~
TOTAL FRINGE AND G&A 144.26~
EXHIBIT D
Memorandum of Negotiation
(to be furnished with executed contract)