Loading...
205-CPH-Amendment 63 AMENDMENT NO. 63 TO AGREEMENT DATED DECEMBER 7, 1983 FOR ENGINEERING SERVICES FOR DESIGN OF FORT MELLON LIFT STATION AND FORCEMAIN BE"i"VVEEN THE CITY OF SANFORD, FLORIDA AND CPH ENGINEERS, INC. This Agreement made on the/~day of ~'J"?e~' ,200/between the CITY OF BANFORD, FLORIDA (hereinafter called th TY) and CPH ENGINEERS, INC. (hereinafter called the ENGINEER), is mutually agreed upon and declared an authorized Amendment to an Agreement dated Deoember 7, 1983, between the parties, herein setting forth the scope, terms and oonditions 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 25"' Street; and the areas south of 25th 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 1.1.1 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. -2- 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) am 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. -3- 2.2 Preliminary Desjan 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 forthe proposed forcemain. The forcemain route will begin at the existing lift station and run South to the North side of 1st Street, thence Westerly to Cypress Avenue, thence Southerly along the East 1/2 of Cypress Avenue to 2"d 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. 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 Desion 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- 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 Flodda 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 forthe 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 prorider. 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 -6- 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 headng, 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 Distdct (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 wdting 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 wdting 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 -8- 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 ofout-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 pdor 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 -9- 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. - IN WITNESS WHEREOF, the parties hereto have made and executed this Amendment the day and year first above written. CITY: ATTEST &. SEAL CITY ~, FLO RI DA ENGINEER: ATTEST &SEAL CPH ENGINEERS, INC. Project Manager ~ I z ~ / o I /~~~~ DATE David A. Gierach, P.E. President J:~6582.00\WP-WORD\PROPOSAL\SANFORD\FORTMELLONLIFTSTATION.doc -tl- 00'g~$ ~ 1~ L sHeloG u!emooao4 00'g~$ ~ ~ ~ L solon pus 1Boqg 00'g~$ ~ L L looqg aoAOO :Jo 8U~lS~SUOO eueld uo!~nj)euoo %08 oJedoJd g L ~ 8 Ma~Aa ~D UO peseq ~essooau se suo~lelnol~ pus suetd ~)po~ ~ ~ )sod uo~)onj)suoo ~ ~ L )soO uo~o~)suoO 8lqeqoJd jo uo~uldO ~eul~ll8Jd e~epdR 00'g~$ 9 ~ L lOOqg JOAOO :~0 8U~lS~SU~ sueld uo[1omlsuoo %09 8JedsJd ~ L ~ ~ ~ u]emoojoj Jo~ sJolo~ejed u~ssp oz[leu~ 0 osuodxo ~ ~ ~ 'luellnsuoo 1ueJlnguoo ~oj~ o$noj u~e~oojoj Jo -qng 8og J~leMpunoJ8 pus 8oe~nsqns u~qO 6 8susdxo ~ ~ ~ JoXa~nS 1ue$lnsuog ~oj~ Xo~ns ~epunoq/~eM-jo-lqS~j pus -qng osg ~8~ns o~qdejSodm ~lnoJ u~e~sojo$ u~elqO ~ ~ e L Js~ uo~lgn4suoo olqeqoJd ~o uo~u!do ~eu~load oJedOJd ~ ~ u~gOp leug pus ~JOM lu~lnsu00qns 8upuo~oo ol Jo~Jd ~1~0 ql~M U6~gsp ~eu~iejd pog[AOJ MQ[AQ~ 9 g ~ ~ ~ speeu leoploele '6u~z~s 'se~lpedeo d~nd 'ez~s IleM 18M ~]lUSpi g 00'0g$ 9 ~ g~ Indu[ uo peseq u6~sBp ~eu~lsJd ez~leuB ~ ~ suo~leooI eleuJelle pus sJele~ejed u6]sep ssnos~p oJ ~g 00'0g$ 9 ~ ~ ~ g uo~lels ~1MeU ~0 UO~IEO01 JO~ su6~Sep lenldeouoo eleuj811e pus sJmowejed u6~sop ~eu~w~Io]d e~eJoue9 ~ ~ e ~ 'o$a 's]s~leuV ]/I 'sueld u[e~aojo~ ~ Ja~as ~AeJ8 'SUO])EnIBAS pue salpms sno~Aajd ~a~Aaj pue alq~assV ]SVHd NDIS~G (~Jsd uollalN '1=1) NIVI/~'::IC)t:tO-I ~ NOIIV/S ,Ldl*l NO'II:IIAI 'ld ~JLVIAIIIS] ISO0 aNV S~OIAH:IS dO :qdOOS ,,V,, llglHX:q ESTIMATED TASK NO. DESCRIPTION P E T D S EXPENSES See Sub- consultant Electrical/Telemetry Sheets 2 2 expense 31 Prepare Opinion of Probable Construction Cost 1 4 6 32 Prepare Project Manual (Front end contract documents and specifications) 32 12 $25.00 33 Meet with City, review 90% plans, proiect 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 application for lift station construction 8 4 36 Prepare Final Opinion of Prebable Construction Cost I 2 37 Submit 6 sets of 100% plans and project manual to City I $75.00 TOTAL 25 187 207 130 27 $500.00 Sub-total (Based on Standard Billing Rates) $40,355.00 Reimbursed Expenses $500.00 Survey Sub-consultant (Forcemain) $3,250.00 Survey Sub-consultant (Lift station site &gravity sewer route) $3,100.00 Geotechnical Subconsultant $5,945.00 Electrical Subconsultant $6,500.00 TOTAL $59,650.00 Ft. Mellon Lift Station.xls CITY OF SANFORD AGENDA MEMORANDUM ~ DATE 05/14/01 ITEM No. SUBJECT: CPH - Engineers Amendment #63 - Ft. Mellon Lift Station DEPARTMENT: Utility DIVISION: Admin AUTHORIZED BY: Paul Moore ~'] CONTACT: Paul Moore EXT: 5(i40 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. BACKGROUND: 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 aH 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, geoteehnical evaluation, design and preparation of construction documents for bidding. The cost of this engineering proposal shall not exceed $59,650. The design and location ofthe 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 Reviewed by: CM CA Deputy CM __, Finance IRegular Consent x/Work Session Briefing ] Other April 24, 2001 EtaGroCERS, me. CPH Engineers, Inc. Mr. Paul R. Moore, P.E. s00 west Fulton Street Sanford, Florida 32771 Utility Director P.o. Box 2S0S City of Sanford Sanford, FL 32772-2808 P.O. Box 1788 Phone: 407-322-6841 Fax: 407-330-0639 Sanford, FL 32772-1788 www. cphengineers.com RE: Proposal for Professional Engineering Services for Fort Mellon Lift Stations and Forcemain CPH Project Z6582.00 Dear Paul: We are pleased to present this proposal for professional engineering sc-rvices for the design and permitting of the Fort Mellon Lift Station and Fomemain. 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 sexyices, which includes a scope of services to perform 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. Thomas L. Zenker, P.E. Project Manager SANFORD · ORLANDO · DELAND · PALM CITY · CAPE CORAL · JACKSONVILLE · PALM COAST · PUERTO RICO