Loading...
205-CPH-Amendment 17 Sanfo d, l;'Ic d Telephone (305) 322-3161 April 26, 1988 Conklin, Porter & Holmes Engineers, Inc. P.O. Box 1976 Sanford, Florida 32771 Attn: Mr. Bristol C. Conklin, President Subject: Amendment No. 17 Dear Mr. Conklin: Enclosed is a fully executed copy of Amendment No. 17 to the Agreement for Consulting Engineering Services between City of Sanford and Conklin, Porter & Holmes Engineers, Inc. originally dated December 7, 1983. This Amendment covered engineering ser- vices during construction of the Wastewater Treatment Plant Tertiary Improvements and the Reclaimed Water Distribution System. In accordance with Section 7.1.4 of this Amendment, the owner/ representative, with respect to work to be performed under this Agreement, will be William A. Simmons, Director of Engineering and Planning. You are hereby directed to proceed with that part of this Amendment related to the Wastewater Treatment Plant Improvements. You will be similarly directed to proceed with the Reclaimed Water Distribution System portion of this contract as soon as we receive authorization from Department of Environmental Regulations to advertise that construction contract. Very truly yours, CITY OF SANFORD % Frank A. Faison City Manager WAS: yea xc: Utility Director Finance Director "The Friendly City" 1.5.~ Revise O&H Manual--i.e., revising the O&M Manual ba~ed upon actual ~pe~ating experience obtained during the start-up period. 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 projects meet the performance and operational requirements applicable to the two projects and the requirements and specifications towhich the projects were planned, designed and bull t to meet or if they are not meeting performance criteria what actions are proposed to obtain compliance. 1.7 Construction Quality Control Testing Under this phase of the work, the ENGINEER will: 1.7.1 Coordinate his own activities with those of the Construction Quality Control Testing Consultant and give general coordination and direction to the work of this consultant who will be separately employed by the Owner. The Engineer will attempt to coordinate the activities of the separate consultant with the Contractors' work schedule, call for tests, review and act on the results of this special consultant's work product. SECTION II - ADDITIONAL SERVICES OF THE ENGINEER 2.1 General If authorized in writing by the OWNER, the ENGINEER will furnish or obtain from others additional services of the following types which will be paid for by the OWNER as indicated in Section III. 2.1.1 Additional services due to significant changes in general scope of the Project or its design including, but not limited to, changes in size, complexity, or character of construction. The basic scope of this Agreement includes two construction contracts. Changes in the number of contracts to be administered is a change in scope. 2.1.2 Revising previously approved studies, reports, design documents, drawings or specifications. 2.1.3 Preparing documents for alternate bids required by the OWNER for work which is not executed or not contemplated in the Scope of Work described herein. 2.1.4 Investigations involving detailed consideration of operations, maintenance and overhead expense; and the preparation of rate schedules, earnings, and expense statement, feasibility studies, appraisals and 8 -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 ATTEST & SEAL By authority of the City Comission of the City of Sanford, Florida granted for the OWNER on the date Of: ENGINEER: CONKLIN, PORTER & HOLMES - ENGINEERS, INC. A~EST - SEAL- ' ~~ Date: ~ Z Z ' ~ 14 EXHIBIT A EPA SPECIAL CONTRACT CONDITIONS 15 EXHIBIT B Plan of Study 2O DETAILED HORK PLAN - CONSTRUCTION SERVICES CONTRACT I - HASTEMATER TREAIMENT PLANT IMPROVEMENTS COI~RACT Ill - RECLAIMED MATER DISTRIBUTION SYSTEM CIIY OF SANFORD Time in Henhours Equip., Hats., Item of Work P E T D S Travel I Per DIem Supplies SubcontrKt! hsed on the two separate construction contracts being bid at the same time. BIdding Services: I;Advertiselent for bids. contuctfng Interested parties, etc. (for two contructs). 2. Reproduction of Plans, Coatriot Documents, and 4 16 ; 20 $2,500.00 TechniCal Specifications for Bidders (for ho contracts). r~ 3. Bid openleT, bid evaluation, check contractor*s 12 24 32 24 ~ qualiflcat ons, and recomendatlcns concerning bid award (for t~o contracts). 4. Coordination with DER, bid package award, IO 42 30 ~24 $ I00.00 Issuance of Notices to Proceed (for two contracts). S. MIscellaneous clarifications during bidding° 12 60 38 34 42 addenda, etc. (for tvo contracts). SUBTOTAL BIDDING SERVICES 36 138 120 SO : 134 12o600.00 DETAILED WORK PLAN - CONSTRUCTION SERVICES CONTRACT I - WASTEMATER TREATMENT PLANT ]WPROVEHENTS CONTRACT I[1 - RECLAIMED WATER DISTRIBUTION SYSTEH CITY OF SANFORD Time in NanhourS Equip., Hats., Item of Work P [ T D S Travel & Per Diem Supplies Subcontracts Construction Period 15 months to substantial completion plus one month to final completion. Administering two major concurrent construction contracts. Administration of Construction Phase: ~ ) !. Attendance, preparation, a follow-up on two 6 16 16 ;: 12 $40.130 proconstruction moottogs and follow-up. 2. Nonthly progress reports (2 contracts; 16 8 32 g6 64 $300.00 months · 32 reports). 3. Processin of pay estimates & reimbursement 16 48 128 32 $100.00 requests 72 contracts 16 months - 32 pay estimates). 4. Review of shop drawings and other submtttols 32 200 200 80 $300.130 (for two contracts) (npprox. !O0/contract). 5. Processing of change orders (estimate maximam 20 60 150 80 80 $100.00 of 10 per contract - 20 total). 6. Advise & consult with Owner, Resident Project G9 104 104 52 $23,000 Representative, i Contractor (2 contracts, Ehctricsl Sub. 16 months). 7. Periodic visits to the site. 18 138 138 69 $100. ) 8. SubstonSil1 completion punchlists and 60 160 200 20 80 150 1200.00 certification; final completion punchlists, Inspection, communication, warrantease guarantees waivers, maintenance literature, acceptance, final certification to ~wner & agencies, and project doseout for too contracts. SUBTOTAL CONSTRUCTION ADNINISTRATION 219 758 1042 100 469 Slg0.00 1,000.00 $23,000 'DETAILED WORK PLAN - CONSTRUCTION SERVICES CONTRACT I - WASTEWATER TREA1NENT PLANT IMPROVEMENTS CONTRACT Ill - RECLAIMED WATER DISTRIBUTION SYSTEM CITY OF SANFORD Time in Nanhours Equip., Mats., Item of Work P E T D S Travel S Per Diem Supplies Subcontracts Resident ProJect Representation: 69 weeks - 16 months on two major contracts, !t ts not planned or budgeted for a Resident ProJect Representative to be resent full time at ell work sites nor at all times while contractor ts working. Therefore there will Be contractor work which will not be observed, However, Resident ProJect Representation will provide s great deal mere additional periodic visits and observations to those provided under the Administration of Construction Phase, 1. Treatsent Contract - 1 man maxima on Job (full time part of time; part time part of time as shown below) L~ Resident Re resentattve: IrerSOnn I 50 be furnished by CPH) :~ · · 6.6 weeks - Startup 1/3 time 1/3 x 6.5 x 40 · 86 hours } 8.0 weeks - Buildup 1/2 time 1/2 x 8.0 x 40 · 160 Landscape 39.0weeks - Heavy 1 fu11 time I x 39.0 x 40 · 1560 Architect 9.0weeks - Taper off 1/2 time1/2 x 9,0 x 40 - 180 $1,000 B.Smeek$ - Finnling Job 3/4 time 3/4 x B.5 x 40 - 195 Surveyor 1 Clean up & c oReout $2,500 be.u weeks zlul" hrs. .Supervision of Resident Representatives - Part tn Construction ) administration estimate, part here. P --I hr/wk · 69 hrs E - 4 hrlwk · 276 hrs. 69 276 218q -- 80 $300 Record DrawIn Reproducfbles (46 drawings 4 20 150 $500 I~ylorS (total In se~) DETAILED ~ORK PLAN - CONSTRUCTION SERVICES CONTRACT I - ~ASTENATER TREATMENT PLANT IMPROVEMENTS CONTRACT Ill - RECLAIMED WATER DISTRIBUTION SYSTEN CITY OF SANFORO TIme tn Manhours Equtp., Hats., Item of J/ork P E T D S Travel & Per DIem Suppltes Subcontracts Resident ProJect Representation: CONTINUED 69 weeks - 16 months on t~o mJor contracts 2. Reuse DIstribution S stem - Contractor probably Work two crews pa~[ of Job so will require tWo resident representatives maximam. (Personnel furnished partly by CIty and partly by CPH. *See Below. : 6.5 weeks - Startup 1 person 1/3 x 6.5 x 40 - 86 hours '..o .e.ks- p.r...,o- 240 39.0 weeks - person 1-112 x 39.0 x 40 - 2340 9.0 weeks o Taper ! person 3/4 x 9.0 x 40 - 270 Surveyor 6.5 weeks - FinalinN .lob 1 person 112 x 6.5 x 40 - 130 $3,500 Clean up & closeout ~ 3066 hrs.*see Below. Administration of Resident Re resentstires by CPH: Part tn Construction aamlnTstratTon estimate, pa~t nero. P - 1-1/2 hrs/wk - 104 104 345 760* 80 $600 E · 6 hrs I wk · 345 S ' 80 hrs Record Drawings I Re roduclbles) 4 15 100: $250 n~llri ,) IZI drawings total ~n setl SUBTOTAL RESIDENT PROJECT SERVICES 173 629 2996 260 160 $900 $750 $7,000 *TOTAL REQUIRED BY CiTY PERSONNEL - BY CPH PERSONNEL HOURS · 86 86 ' 240 240 2340 1560 780 270 270 130 130 DETAILED MORK PLAN - CONSTRUCTION SERVICES CONTRACT ] - MASTEWATER TREATMENT PLANT IMPROVEMENTS CONTRACT Ill - RECLAIMED MATER DISTRIBUTION SYSTEM CITY OF SANFORO TIre tn Manhours Equip., Mats., Item of Mork P E T D S Travel & Per DIem Supplies Subcontracts Start-Up Phase Services and Perforrance Certification (Contracts I & Ill): 1. FIne tunfng tooptlmlze process operation. 11 160 48 lZ $5.00 $50.00 2. Pre end post start-up personnel training 4 66 24 8 $5.00 S50,00 3, Laboratory procedures 4 16 15 8 $5.00 4, Malntenaoce management system. 2 16 16 4 $12.50 $25.00 g. Records mnagement system 2 16 16 4 $12.50 $25.00 6. Revise O~H Manual after startup 8 60 20 16 36 $1,000.00 Prfntin9 etc. 7. Engineeras performance certification after one 6 40 20 year of operation. SUBTOTAL STARTUP PHASE AND PERFORMANCE 39 374 140 16 92 $40,00 $1,200,00 CERTIFICATION Cemputation: P E T D S Manth I 8 70 30 0 10 Honth 2 8 70 30 0 10 Honth 3 4 50 20 0 10 Nonth4. 1 30 10 0 8 Manth 6 I 20 10 0 4 Month 6 * 8 70 25 16 30 * Revise O~H Manth 7 0 10 0 O 2 Manth 6 0 6 0 0 2 Manth 9 0 6 O 0 2 Manth 10 1 6 0 0 2 Manth !1 1 6 5 0 2 Manth 12 7 30 10 0 10 39 374 140 16 92 DETAILED ~DRK PLAN ~ CONSTRUCTION SERVICES CONTRACT [ - ~JASTENATER TREATMENT PLANT IMPROVEMENTS CONTRACT Ill -RECLAIMEO MATER OISTRIBUT[OX SYSTEM CITY OF SANFORD Time in Nanhours Equip., Hats., Item of Xork P E T D S Travel & Per Diem Supplies Subcontra~! · ) OJN Hanual and Plan of Operation: 1. Preparation of OJM Manual 30 140 70 60 60 $1 ,SO0.O0 Printing 2. Preparation of Plan of Operation 8 30 20 4 20 SUBTOTAL OJHNANUAL ANO PLAN OF OPERATION 38 170 90 64 80 $1,500.00 c~ NOTE: Plan of Study estimate is based on doing only a portion of the overall O&M Manual and Plan of Operation for the total wastewater project U~dbr this contract. The remainder of the cost for the preparation of the total O&M Manual etc. is included in the Plan of Study for the Sludge Facilities Amendment and in the Plan of Study for Construction Contracts ! and Ill (this bendmerit) and for Contracts 8, C, and !l (Irrigation systems and storage tanks kaendment). This estimate ts based on the total fee from all three amendments being available to complete the total O&M Manual and Plan of Operation for the total system. DETAILED MORK PLAN - CONSTRUCTION SERVICES CONTRACT I - HASTEMATER TREATMENT PLANT IMPROVEMENTS CONTRACT Ill - RECLAIMED MATER DISTRIBUTION SYSTEM CITY OF SANFORD Time in Nanhours Equip.. Hats., item of iork P E T D S Travel & Per Diem Supplies_ Subcontracts GRAND TOTAL - ALL PHASES 505 2069 4388 480 935 $1130.00 $7,050.ND 130,000.00 ) POS 17 alv ESTIHATE OF COSTS Bidding Services $ 21,978.11 Construction Administration 111,385.99 Resident Project Services 176,295.68 O&H Manual and Plan of Study 20,396.17 Start-Up Phase Services and Performance Certification 32,012.54 Subcontracts 34,500.00 $ 396,568.49 28 · Bidding Services Hours Rate Total P = Principal 36 X 22.51 810.36 E = Engineer 138 X 18.05 2,490.90 T = Technician 120 X 13.59 1,630.80 D = Draftsman 50 X 8.75 437.50 S = Secretary 134 X 8.25 1,105.50 Direct Labor 6,475.06 Fringe Benefits 2,905.36 (44.87~) General & Administration 7,130.98 (llO.131) Travel & Per Diem .00 Equipment, Mate~!~ & 2,600.00 ........ Supplies Total "Cost" 19,Ill.40 Fixed Fee (15~) 2,866.71 Total $21,978.11 29 Construction Administration Hours Rate Total P = Principal 219 X 22.51 4,92g.6g E = Engineer 758 X 18.05 13,681.90 T = Technician 1042 X 13.59 14,160.78 D = Draftsman lO0 X 8.75 875.00 S = Secretary 469 X 8.25 3,869.25 Direct Labor 37,516.62 Fringe Benefits 16,833.71 (44.87%) General & Administration 41,317.05 (110.13%) Travel & Per Diem 190.00 Equipment, Materials & 1,O00.O0 ........ SuppTies Total "Cost" 96,857,38 Fixed Fee (15%) 14,528.61 Total $111,385.99 3O I Resident Project Services Hours Rate Total P = Principal 173 X 22.51 3,894.23 E = Engineer 629 X 18.05 11,353.45 T = Technician 2996 X 13.59 40,715.64 D = Draftsman 250 X 8.75 2,187.50 S = Secretary 160 X 8.25 1,320.00 Direct Labor 59,470.82 Fringe Benefits 26,684.56 (44.871) General & Administration 65,495.21 (llO.13~) Travel & Per Diem 900.00 ............ Eq~meht, Ma~e~i~'i'~ & 750~00 Supplies Total "Cost" 153,300.59 Fixed Fee (15~) 22,995.09 Total $176,295.68 31 I O&M Manual and Plan of Operation Hours Rate Total P = Principal 38 X 22.51 E = Engineer 170 X 18.05 3,068.50 T = Technician 90 X 13.59 1,223.10 D = Draftsman 64 X 8.75 560.00 S = Secretary 80 X 8.25 660.00 Direct Labor 6,366.98 Fringe Benefits 2,856.86 (44.87%) General & Administration 7,011.96 (110.13%} Travel & Per Diem .00 ...................... Equipment, Materials & Supplies Total "Cost" 17,735.80 Fixed Fee (15%) 2,660.37 Total $ 20,396.17 32 Start-Up Phase Services Hours Rate Total P = Principal 39 X 22.51 877.89 E = Engineer 374 X 18.05 6,750.70 T = Technician 140 X 13.59 1,902.60 D = Draftsman 16 X 8.75 140.00 S = Secretary 92 X 8.25 759.00 Direct Labor 10,430.19 Fringe Benefits 4,680.03 (44.87%) General & Administration 11,486.77 (110.13%) Travel & Per Diem 40.00 ............... Equipment, Materials & 1,200.00 Supplies Total "Cost" 27,836.99 Fixed Fee (15%) 4,175.55 Total $ 32,012.54 33 i Subcontracts: Electrical Subcontractor 23,000.00 Surveyor 6,000.00 Landscape Architect 1,000.00 $30,000.00 Fixed Fee 4,500.00 Total $34,500.00 34 EXHIBIT C EPA FORM No. 5700-41 (to be signed when contract is executed) 36 I COST OR i~RICE SUMMARY o-a~o. City of Sanfo~ 3.~E ~ COLOR OR ~O~QR 4. ~TE QF ConH~n, Porter & Holmes - Enu~neePs, ~nc. 9/15/87 ~OR~S QF CO~CR OR SUBC~QR {l~cl~e ~ C~t 6, ~P~ OF SERVICE TQ ~E FURNISHED P~0. Box Z976 Consulting Engineering Services Sanford, Florida 32772-Z976 Waste~ater Treatment Plant improv~ents i ncldding' Effluent Cl ari fi c~tion, Fi I tr- otion, Disinfection and Pumping AND ~CNENUMa~emC~ Recalimed Water Distribution System PART II -- COST SUMMARY Princioal. RO~ m ~ =~ m 11,367.55 - ~ .... : .... TechniCian ~388 13 5g ~a ~tp qo m~--?~ "- Draftsman ~80 8.75 ~,~nn nn Secretary 935 B. 25 7 71 q 7 = ~;' i I ~IME~BORTQTA~ I''':-~' ::j:~:*: --- ::';:':':::..:', I s i20,259.67 Frinqe Benefits (4~ ~{~'] )44.87tm 120.~ ~m ~ ~=~ =~ Gen. & AdministrativeL~G- ~-) t10.13L:L20.2~Q ~ l~P'~ ~ t Printing, ohotocoOies. lonQ distance . m 7,050.00 ohone calls, etc. ~u,~e~ SUeTOT~U ~-~~'~E-' 7,050.00 I~~ ~ecct~cai ~ng~neer~ng Is 23,000.00 ~u, v=yu~ ~ 6,00Q.00 ~=~:-._ '----'~- LinGscope Architect 1.000.00 --:.:. '~':'):--~-' 37 i PART |R -- PR]C~ SUMMARY ' 4' ' ' ~ .r,,egarnNraiaN P~CEiS) PRK~ J..-..~.._.L~_._ ._ ~- ~.~'_y,~_"_: ,-' PAR'/' IV -- CERTIIqCATIONS 144, HA-c;AFEDF~RA~-AGENCYORA.~EDER/4~.~YC~`=-RT~t~ED~TAT~EOR)=DC-Nk~AGENCYPE~F~RMEDAN~rREV~i~`%~VOFYOUR~cCz)UNT~R RECOR~ IN CONNEC'tlQN WTTH ANY OTHER FEDERA/. ASSISTANCE AGREEMENT OR C~NTRACT WITHIN THE PAST 12 MONTHS? 14~, *tH~ SUMMARY CCINFORM$ ~NTTH THE ;QI,,T,.~NG COST ~ Tttle 41, Subpart 1-15.2 and Subpart 1-7.202 ~ *,., , ·: ~ ~ · I ~ ~ ~ m f~ ~ ~ ~ ~m ~ ~J~ OF ~ SIG~E 0F ~ ~ 0F ~CN E, PA F,$sm S700-41 (Req'. 4441 EXHIBIT D Hemorandum of Negotiation (to be furnished with executed contract) 39 AMENDMENT 17 - Labor Out of Subcontract Task Hours Fee Estimate Pocket Exp Expense Fixed Fee TOTAL ESTIMATE Bidding Services 478 16,511.40 2,600.00 .00 2,866.71 21,978.11 Administration of Construction 2588 95,667.38 1,190.O0 23,000.00 17,978.61 137,835.99 Resident Project Representation 4208 151,650.59 1,650.00 7,000.00 24,045.09 184,345.68 O&M Manual and Plan of Operation 442 16,235.80 1,500.00 .00 2,660.37 20,396.17 Start-up Services 661 26,596.99 1,240.00 .OO 4,175.55 32,012.54 Total 8377 306,662.16 8,180.00 30,000.00 51,726.33 396,568.49 AMENDMENT 18 - Labor Out of Subcontract Task Hours Fee Estimate Pocket Exp Expense Fixed Fee TOTAL ESTIMATE Bidding Services 340 11,783.76 3,008.00 .00 2,218.76 17,010.52 Administration of Construction 1862 68,346.58 945.00 5,200.00 11,173.74 85,665.32 Resident Project Representation 773 28,818.13 1,310.O0 4,000.00 5,119.22 39,247.35 O&M Manual and Plan of Operation lgl 6,824.69 500.00 .00 1,098.70 8,423.39 Start-up Services 372 15,004.25 585.00 .00 2,338.39 17,927.64 Total 3538 130,777.41 6,348.00 9,200.00 21,948.81 168,274.22 Breakout of Subcontract Expense: Amendment 17: Amendment 18: $23,000 - Electrical l~ 3,000 - Electrical l,O00 - Landscape architect 2,200 - Irrigation Consultant 6,000 - Surveyor 2,000 - Agricultural Consultant 2,000 - Surveyor $30,000 i' 9,200 Note: Total fee estimates provided above include all costs associated with labor, travel, equipment, materials, supplies and subcontracted services as well as the agreed upon fixed fee for profit. n,c. a, n or, c,', v, '1,,,o v, a, o-,.c O'.<d-~:~.od-S9~,. "s~,mm cc,"o~n v, m ~ "o-r1 u.~m :3 9 .m ::ore--' c:r'qm m-'sn--, 'uc+c~.l o oa. ~¢~.,~0c',. --I omoz wm m ,-, -,. r4- w --, p, 'u m d-z::= -s c: ::m c+ r+ .--,. ,c,, 's -,- ~ m --, m~'u,~ cn ::s'mn--I roB. d- .-.'. ~::~ --,::o rl> .-h~9-'. ...'.o::s'rnn'u"o='~.o,'4'c:'s :::mOO-'h..-h ~. ~.,., ~.~.~,,,, ,.+ ~ ,~,= ,-,- s..=.~.= = ,,, ... ='o o ", ® = ,--, .-.;o :=.. "'c..,....~ .~-o ~:;oa,:,o~mu~ oo ~z"szom x"'s~n'- 9"s=~u, · ', m~'<. ..~ G::r ~.-. mn ha. ", m., "s -, u, cm~--,.'u'oc.,.