Loading...
205-CPH-Amendment 08 MEMORANDUM TO: City Manager FROM: Director of Engineering and Planning SUBJECT: Conklin, Porter & Ho es Amendment No. 8 - Incremental Sewer C ~ystem Rehabilitation - Engineering Services During Construction DATE: January 15, 1988 Mr. Faison: Conklin, Porter & Holmes letter of November 11, 1987, attached, addresses the need for an increase in the target cost for construction oversight engineering services under the subject contract amendment. Services covered under this amendment included bidding services, general administration of construction, resident project services during construction and other services as spe- .cified, for the "incremental" sewer collection system rehabilita- tion (State Grant No. 586100, Contracts A, B, and C). The total dollar value of these three construction contracts is $512,368. These contracts are either complete, or in final stages of close- out. Planning and construction for underground system rehabili- tation under a lump sum contract is extremely difficult. The age, and lack of records in the case of this particular project further exacerbate the problem. As noted in Mr. Conklin's letter, they were requested to provide more frequent inspections during the actual construction work and at times utilized two individuals on a full time basis. The control amount is requested to be increased from $36,250.38 to $43,537.12, with no change in the fixed fee (profit). It is recommended that Amendment No. 8-A, attached, be approved and executed. WAS:mch xc: Utility Director Finance Director AMENDMENT NO. 8 TO AGREEMENT FOR CONSULTING ENGINEERING SERVICES BETWEEN THE CITY OF SANFORD, FLORIDA AND CONKLIN, PORTER & HOLMES-ENGINEERS, INC. This Amendment No. 8 dated this day of , 1985, to an Agreement previously entered into on the 7th day of December 1983, by and between the City of Sanford, Florida, hereinafter referred to as the OWNER, and Conklin, Porter & Holmes-Engineers, Inc., hereinafter referred to as the ENGINEER, is mutually agreed upon and declared an extension of the original Agreement dated December 7, 1983, and entitled "Agreement for Consulting Engineering Services for Wastewater Treatment and Effluent Disposal Facilities". It is the intent of this Amendment No. 8 to provide for engineering services consisting of services during bidding, general administration of construction, resident project services during construction and other services as herein specified for the "Incremental" Sewer Collection System Rehabilitation (State Grant No. 586100, Contracts A, B, & C) facilities. In case of any conflict between this Amendment No. 8 and the original Agreement of December 7, 1983, this Amendment shall govern for the work described herein. All other Amendments which have been previously executed provided for other municipal engineering services and have no applicability to the services covered by this Amendment. 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. OWNER: CITY OF SANFORD, FLORIDA of the City of Sanford, Florida granted for th OWNER on the date ENGINEER: CONKLIN, PORTER & HOLMES- ENGINEERS, INC. A~i~E S T st, EXHIBIT A DER SPECIAL CONTRACT CONDITIONS ~ 2ROFIT OBJECTIVES WORK~tF~"T Sewer System Rehab. - Contracts :. A,B, & C Incremental PROJECT NO. C-06- STEP NO. A/E: Conkl in ,Porter & ,Nolmes-Eno~rs. ,Inc.' COST ASSIGNED WEI(~r WEIC~rED PROFIT PROFIT FAUIDRS OILvECTIVE Iv~DIAN MAX1MUM Iv~DIAN NAXIMIM 1. Direct Labor $!4,001.64 20% 23% 2,800.33 3,220.38 (Item la) Z. Indirect Costs $20,!98.74 13% 15% 2,625.84 3,029.81 (Item lb) 3. Other Direct $ 5% 7% Costs (I~ems la, ld 2,050.00 102.50' 143.50 & lc) 4. Total Subcontract $ . O0 Costs (Item 2 ) a. 50% or Less · % 8% Total Estimated Cost b. More Than S0% * % 6% Total Estimated Cost TOTALS ' $ 35,250.38 B,528.67 6,393.69 '~edian" Profit $ 5,528.67 = 15.25 % Y~acimum Profit Allowed $ 6,393.69 17.64 %, but not more than 16% for CPFF and 18% for LS A/E Proposed Profit $ 5,684.05 = 15.68 % *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 EXHIBIT B PLAN OF STUDY FOR CONSTRUCTION PHASE SERVICES FOR SEWER SYSTEM REHABILITATION CONTRACTS A, B, & C - STATE ("INCREMENTAL") GRANT APPLICATION DATED FEBRUARY 1985 SANFORD, FLORIDA CONTRACT A, B, & C - STATE ESTIMATE OF COSTS Bidding Services $ 6,050.19 Construction Administration 10,243.98 Resident Project Services 20,387.71 Project Performance / I/I Removal 5,252.55 TOTAL $41,934.43 Bidding Services Hrs. Rate Total P = Principal 2 23.18 $ 46.36 E = Engineer 34 19.43 660.62 T = Technician 56 11.29 632.24 D = Draftsman 0 7.70 0 S = Secretary 72 8.58 617.76 Direct Labor $1,956.98 Fringe Benefits (39.11%) 765.37 Gen. & Admin. (105.15% 2,057.76 Travel & Per Diem 50.00 Equip., Mats., & Supplies 400.00 Total "Cost" 5,230.11 Fixed Fee (15.68%) 820.08 Total Bidding Services $6,050.19 Construction Administration Hrs. Rate Total p: Principal 4 23.18 $ 92.72 E: Engineer 58 19.43 1,126.94 T = Technician 140 11.29 1,580.60 D = Draftsman 0 7.70 0 S = Secretary 58 8.58 497.64 Direct Labor $ 3,297.90 Fringe Benefits (39.11%) 1,289.81 Gen. & Admin. (105.15%) 3,467.74 Travel & Per Diem 200.00 EQuip., Mats.,& Supplies 600.00 Total "Cost" 8,855.45 Fixed Fee (15.68%) 1,388.E3 Total Const. Administration $10,243.98 Resident Project Services Hrs. Rate Total P = Principal 8 23.18 $ 185.44 E = Engineer 60 19.43 1,165.80 T = Technician 460 11.29 5,193.40 D = Draftsman 0 7.70 S = Secretary 40 8.58 343.20 Direct Labor $ 6,887.84 Fringe Benefits (39.11%) 2,693.83 Gen. & Admin. (105.15%) 7,242.56 Travel & Per Diem 550.00 EQuip., Mats., & Supplies 250.00 Total "Cost" 17,624.23 Fixed Fee (15.68%) 2,763.48 Total Resident Proj. Serv. $20,387.71 Project Performance / I/I Removal Certification Hrs. Rate Total P: Principal 4 23.18 $ 92.72 E = Engineer 40 ]9.43 777.20 T = Technician 80 11.29 903.20 D = Draftsman 0 7.70 0 S = Secretary lO 8.58 85.80 Direct Labor $ 1,858.92 Fringe Benefits (39.11%) 727.02 Gen. & Admin. (105.15%) 1,954.65 Travel & Per Diem 0 Equip., Mats., & Supplies 0 Total "Cost" 4,540.59 Fixed Fee 115.68%) 711.96 Total - I I Removal Cert. $ 5,252.55 DETAILED WORK PLAN - CONSTRUCTION ADMINISTRATION SEWER SYSTEM REHABILITATION CONSTRUCTION Time in Manhours Travel Eauip., Mats., Item of Work P E T D S & Per Diem Supplies _ Bidding Services: 1. Advertisement for bids, contacting interested 2 16 16 parties, etc. 2. Reproduction of Plans, Contract Documents, and 40 300.OD Technical Specifications for Bidders. 3. Bid opening, bid evaluation and recommendations 8 8 2 concerning bid award, 4. Coordination with EPA, bid award, issuance of 1 12 16 6 50.00 100.00 Notice to Proceed. 5. Miscellaneous questions and addenda during ) 12 16 8 bidding. SUBTOTAL RIDDING SERVICES 2 34 56 O 72 $50.00 $400.00 DETAILED WORK PLAN - CONSTPUCTION ADMINISTRATION SEWER SYSTEM REHABILITATION CONSTRUCTION Time in Manhours Travel ~Quip., Mats., Item of Work P E T D S & Per Diem Supplies ) Construction Administration: 1. Attendance and preparation for preconstruction 1 4 8 2 meeting. 2. Monthly progress reports. 1 4 12 8 $150.00 3. Processing of pay estimates. I 16 40 16 $100,00 $100,00 4. Review of submittals, etc. 4 16 4 $ 75.00 5. Processing of change orders. 20 40 20 $ 75.00 6. Final acceptance, project closeout. 1 10 24 8 $100.00 $?00.00 SUBTOTAL CONSTRUCTION ADMINISTRATION 4 58 140 0 58 $200.00 $600,043 DETAILED WORK PLAN - CONSTRUCTION ADMINISTRATION SEWER SYSTEM REHABILITATION CONSTRUCTION Time in Manhours Travel Equip., Mats., Ztem of Nook P E T D S & Per Diem Supplies Resident Pro~ect Services: 1. Onsite Resident Project Services & Supervision 8 52 420* 40 $500.00 $250.00 of Project Representative. 2. Final inspection, punch lists, etc. 8 40 $ 50,00 SUBTOTAL RESIDENT PROJECT SERVICES 8 60 460 0 40 $550.00 $250,00 * Estimate based upon 140 contractor workin9 days e 3 brs./day Project Performance / I/I Removal Certification: 1. Using Contractor's data and plant flow data, 4 40 80 0 10 estimate I/I removal and submit postrehabilitation flow summary. SUBTOTAL PROJECT PERFORMANCE 4 40 80 0 10 GRANT TOTAL - ALL PHASES 18 192 736 0 180 $800.00 $1,250.00 EXHIBIT C DER FORM No. 17-1.217(10) (to be signed when contract is executed) ,COST OR PR CE .~UMMARY F~,~AT FOR SUBAGREEMENTS UNDER U/"~PA GRANTS[ Forr~ (5t'r occo~n~ ~ instrue ions be/oft compMtin~ thi,~ Iorn,/ OMB No. 158-R(q44 PART I-GENERAL City of Sanford, Florida 5860100 Conklin, Porter and Holmes-Ennineers, Inc. October 21, 1985 Post ~ffice Drawer 1976 Consultinn EnOineerino Services- Sanford, FL 32772-1976 Construction Phase for Sewer System Rehabilitation, Contracts A, B, & C "Incremental" PART II-COST SUMMARY Pmnc~pai 18 s 23.18 s 417.24 ~nn~neer 192 19.43 3,730.56 Technician ..... 736 11.29 8,309.4~ Draftsman 0 7.70 ~>: Secretar~ 180 8.58 1,54 DIRECT LABOR TOTAL: ~ . $ 14,001.64 Frinqe Benefits (39.11%) 39.!I s la,001.64 s5,476.03 ~en. & Admin. (105.15%) .05.15 t4,001.6a 14,722.71 TRAV=L SUBTOTA L: ~2~;:~ ::; :; ~,: .. , .~:~,', Z'.: S 800. OO , ':: PHn~s, pho~ocog~es, ]ono d~s~ance cal~s s s 1,250.00 $ .00 SUBCONTRACTS SUBTOTAL; E'7S'': 2'1"':~" :'S .O0 $ .09 10. TOTAL ES~ IMATED COST u. p~onT S 5 12. TOTAL PRICE $ a1,g3~,,a3 Form No. 17-1 217(10) LIOSLBj 'V ~1 ~uap[sa~d L~O[suNd 'u[L~uo3 '3 -a~oqe a~ep ~q~ jo Se ]e node pue ~ua]ln3 '~a~d~o3 uaaq aAeq O~ ]OU :]Ipne }o ~Ins~ e se 'pau~m~a]ep uaaq e~e~ e]ep ~u~D~ld pue ~soD aAoqe a~, ala~ ~ue~dno3a]/o/pue uo~]eBo~eu~] p]emu~op aql leql puelszapun I leql A~[lla3 ~aqllnt I 'loa~o~d s~ql ~apun suoDoesuezl [e~oueu -nDDe pub ~iinj ol sls~xa Kl~UqedeD luama~eue~ [e~Dueu~ ~o se ~leJnoDe pue 'lue~ln3 'a~a[d~o3 e~e u[a:aq paz[~emmns elep ~u[a~id pue 1so3 eql ;eR1 JaHaq pus a~pe[~ouM Am Jo lseq aql ol KJBIe3 ol s~ s~qi · ]3 'PaO}U~S ,, [~uemeavuI,, 3 ~ '~V S~3~a~uO3 .q~qe~ me~sA.S ~OMeS (f) o~ asuodsa~ u~ pus ql~ ZOZ'Z-I ~a~dqnS pue Z'SI-I ~aeuqnS 'I~ k~tVwwig$ ]31lid. III L~iVW Februar~ ~, 1~85 02/01/83- D1/31/84 FRINGE RATES: Holiday Pay 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 ~iaintenance & EDP Office Supplies 12.14 Outside Professional 1.31 (CPA, ect.) 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 Memorandum of Negotiation The breakdown for the various phases was as follows: Bidding or Negotiation Phase $ 6,050.19 Construction Administration 10,243.98 Resident Project Services 20,387.71 Project Performance/I/I Removal 5,252.55 TOTAL $ 41,934.43 The Owner has reviewed the proposal for technical adequacy and cost and agrees that the total price of $41,934.43 is reasonable. Fra , City Manager