Loading...
205-CPH-Amendment 44 AMENDMENT NO. 44 FOR CONSULTING ENGINEERING SERVICES FOR SANITARY SEWAGE COLLECTION SYSTEM INFILTRATION / INFLOW ASSESSMENT AND ENGINEERING SERVICES BETWEEN THE CITY OF SANFORD AND CONKLIN, PORTER AND HOLMES-ENGINEERS, INC. This Amendment dated/c~/~.~ ,/, 1995, by and between the City of Sanford (hereinafter called the CITY), and Conklin, Porter and Holmes-Engineers, Inc., (hereinafter called the ENGINEER), is mutually agreed upon and declared an authorized Amendment for Consulting Engineering Services between the parties, herein setting forth the scope, terms and conditions of the work herein authorized. WHEREAS, the ENGINEER's personnel have previously provided engineering services to the CITY through amendments to an agreement previously entered into on the 17th day of December 1983, and WHEREAS, the ENGINEER has previously provided infiltration / inflow (I/I) and sewer system evaluation surveys (SSES) of the Sanford system and are familiar with the system and will utilize previous work as practical, and WHEREAS, the Sanford area has experienced heavy and prolonged rainfall and conditions exist in the sewage collection system which resulted in extraordinary flows to the Treatment Plant and 1 WHEREAS, the CITY has noted relatively higher flows from the eastem portion of the sewage collection system including the airport and the areas along Mellonville Avenue, and Whereas, the CITY desires to identify and eliminate the sourues of excessive infiltration / inflow as it represents lost capacity and increased costs and is critical to the satisfactory operation of the treatment plant and land disposal system, and WHEREAS, the CITY needs assistance to undertake the additional investigative studies and repairs needed beyond those included in their normal operation and maintenance programs, and WHEREAS, the Consulting ENGINEER and his subcontractors have the personnel and equipment necessary to accomplish the field work involved for the FI study while it is anticipated that ground water levels will remain high allowing the investigation, inspections and studies to be the most effective, NOW THEREFORE, the CITY and ENGINEERING for the considerations named hereinaf~er agree as follows: SECTION 1 1.1 Scope of Work: The work will begin with a limited scope Infiltration / Inflow Study of the eastem portion of the City's sewage collection system which contributes flow to the Ft. Mellon Lift Station. The study area includes Sub-Systems 4, 5, 6, 9 and 10 as defined in the previous I/I and SSES studies and briefly described as the areas eastward from U.S. 17 & 92 between First Street and Lake Monroe; those areas bordering Mellonville Avenue from Lake Monroe to 251h Street; and the areas south of 25th Street from Sanford Avenue to the airport, inclusive. The study will not complete all aspects of an overall program of repairs, but will be a quick evaluation of the system to determine major problems and to identify some immediate repairs where deemed advisable. The work shall consist primarily ofinvestigative work to study, prioritize needed rapairs and initiate and define areas where further work is needed. It is contemplated that results of the study will identify certain needed repairs and/or areas requiring more detailed investigations and repair work. The scope shall also include document preparation for more normal contracting of repair and sewer replacement work. The actual construction work which is anticipated as being performed by the CITY or separately contracted for by the CITY, is not included in the Scope and payment provisions of this Agreement. Field investigative work is contemplated to be done quickly (within 60 days of 2 authorization to proceed) to take advantage of high ground water conditions which are needed for leak detection in buried joints. It is anticipated that available CITY personnel and crews will be jointly involved with the ENGINEER in supervising and performing investigative work. Additionally, the CITY will utilize their own cleaning and televising equipment and crews as part of the work. The work is to consist of several concurrent parts as follows: 1.1.1 Gather maps, rainfall data, pump station mn times and pumping rates, reestablish tributary sub systems and evaluate each sub system of the study area to locate and determine priorities for investigative field work to follow. 1.1.2 Inflow investigation utilizing the services of one or more CITY approved subconsultants or subcontractors. 1.1.2.1 Study maps, records, the sewer system previous SSES and Ill reports and interview CITY employees. Also assist in planning the field work and schedule and coordinate the actual performances of the field work. 1.1.2.2 Establish initial priorities for work to follow including amount and concentration of work in various sub systems. City personnel will be concurrently reviewing the list of defects which were identified in the I/I Assessment Study of 1991 and physically verifying the current status of the previous repairs. 1.1.2.3 Representative physical inspection and smoke testing of the study area sub systems in order of priority as established from paragraphs 1.1.1, 1.1.2.1 and 1.1.2.2, above. Representative physical inspections are to include observation for surface depressions along sewers or around manholes; opening manholes to check for inflows through tops and sides; observation to determine of manholes are too low or in depressions or are located where surface water can get into them; observations to t~y and determine if inlets or other stormwater connections have been made into the sanitary sewer system. Physical inspection and representative smoke testing in sub systems in order of priority will be jointly accomplished. '>tao~x plo~J aql jo oousunojaad panlos alsu!p~ooo ptm olnpaqas pun ~i~o~ plo~j oql ~u!mreld u! ls!ssn osIV 'stuo[qmd uo!lsali~ju! uo sooXoldma X,LI3 Xo:l ql!~x s,'aa!Molu! pioq pus so!pnls sno~a~d 'sp2oao.~ 'sdsm XpnlS I'£'I'I :s-tolomluoaqns .to slLmlinstloaqns poAo.~dds X&I3 Jo soa!,u~s aql ~u!z!ilm s!sXistre / suollsg.nsaAu! uo!lsai~jui £'['I 'punoj sa!ouo!o~jop oql ols!pouaa~ Xlpa!l.md ol lsoo oqlJo olstu!lso q$noa ptre suo!lspuauftuoooJ 'slinso~ 'paua.~ojaod :i~o~A o~'qls~!lsoAu! oql Jo l-~odo~ LmtuumS 'X&I3 oql ,iq auop oq usa lsql/41~o!~d q~!q jo :i~o~x ols!paurta! Jo uo!lspuatutuoao~ pus uo!lsu!ttuolaCi 'sllnso: oql Jo uo!lsz!l!.~o!~d pus uo!lsni~Ao 'XpnlS that included in this initial recommendation may be needed at a later date. 1.1.3.6 Categorization and evaluation of the defects found, including a screening method to determine the need and approximate effectiveness of fixing different types of defects. The cost effective screening will be done on an individual sub system basis and the results accumulated on an overall basis. 1.1.3.7 Determination of any major emergency infiltration construction contracting work that needs to be done by the CITY. 1.1.3.8 Summary report of the investigative work performed, results, recommendations and rough estimate of the cost to partially remediate the deficiencies found. 1.1.4 Prepare General Contract Documents for emergency or normal employment by the CITY of a construction contractor or contractors to perform designated, representative construction tasks anticipated as being needed. These contract documents are to include rough estimates ofthe amount ofeach work item. The contract documents would be utilized as a unit price basis for employment by the CITY and determining payment for the construction work needed as determined by the investigative work. The general construction contracting would include point repairs to lines, manhole work and limited line replacements, intemal grouting, and/or sliplining. SECTION II 2.1 Method of Payment This work has an indefinite scope which is not possible to determine in advance with any degree of accuracy. Also, the timing and available time to accomplish the work is unknown and highly dependent on weather, groundwater levels and the physical condition and flows that are found in the sewer system at the time of the work. Cost for construction 5 contract work are not included in this Amendment and are anticipated as being directly contracted by the CITY. Payment for work done under this Amendment is to be made on a monthly basis upon approval of a satisfactory invoice based on payroll cost times a multiplier of 1.95, plus direct reimbursement for out-of-pocket and outside consultant (subcontractors) expense. Subcontractors expense will be increased by 5%. To cover administration and other cost. The initial, maximum authorized fee at time of execution of this Agreement is $123,350.00. This maximum amount authorized is based on the estimate shown in Paragraph 2.2 and may be subject to increase or decrease by written Amendment as the work progresses: 2.2 Estimate of Costs: 2.2.1 Subconsultant (subcontractor) Costs: 2.2.1.1 Physical inspection/inflow evaluation/smoke testing including equipment of representative reaches of sub systems.. 42,800 If at $0.25/1f = $10,700.00 2.2.1.2 Night time flow isolation/weiring work ( including equipment). 49,500 If at $0.25/1f = $12,375.00 2.2.1.3 Normal line cleaning and TVing 6,500 If at $1.50/lf = $ 9,750.00 2.2.1.4 Medium line cleaning and TVing 4,500 lfat $2.00/1f = $ 9,000.00 2.2.1.5 Heavy line cleaning and TVing 2,000 lfat $2.50/fl = $ 5,000.00 6 2.2.1.6 By-pass pumping - 15 days At $800.00/day = $12,000.00 2.2.1.7 Office summary, analysis, evaluation of work & report writing of completed field work (TV inspection). 13,000 lfat $0.22/1f = $ 2,860.00 Subtotal Item 2.2.1 (including 5% Increase) = $ 64,770.00 Sub-consultants (subcontractors) 2.2.2 ENGINEER's Labor and Other Costs: 2.2.2.1 $28,978.46 payroll cost x 1.95 = $ 56,509.95 2.2.2.2 Out-of-pocket expense for travel prints, xerox, postage, federal express, Maps, aerials, report printing, etc. = $ 2,065.00 Subtotal item 2.2.2 Engineer's labor and other cost = $ 58,574.95 Total amount authorized under this amendment at this time $123,344.95 Subcontractors' and Engineers' (Item 2.2.1. and 2.2.2) Say $123,350.00 Section IH 3.1 Additional Services of the Engineer: 3.1.1 Additional services due to significant changes in general scope of the Project or its design. 3.1.2 Revising previously approved studies, reports, design documents, drawings or specifications. 3.1.3 Preparing documents for alternate bids required by the CITY for work which is not executed or not contemplated in the Scope of Work described herein. 3.1.4 Additional devices in connection with the project including services to be furnished by the CITY and services not otherwise provided for in this Agreement. Section IV 4.1 Personnel and Facilities: The ENGINEER represents that he has, or will secure at his own expense, all personnel and equipment required to do the work with his own forces or will subcontract portions of the work to CITY approved subcontractors. All personnel engaged in the work shall be fully qualified and properly equipped. Section V 5.1 General Conditions: 5.1.1 Opinions of Probable Construction Cost: Since the ENGINEER has no control over the cost of labor, materials or equipment or over the CONTRACTOR's methods of determining prices or over competitive bidding or market conditions, his opinions of probable construction cost provided for herein are to be made on the basis of his experience and qualifications and represent his best judgement as a design professional familiar with the construction industry, but the ENGINEER cannot and does not guarantee that bids or the Project construction cost will not vary from the Opinion of Probable Cost prepared by him. 8 5.1.2 Successors and Assigns: The CITY and the Engineer each binds himself and his parmers, successors, executors, administrators and assigns to the other part of this Agreement and to the partners, successors, executers, administrators and assigns of such other party, in respect to all covenants of this agreement; except as above, neither the CITY nor the ENGINEER shall assign, sublet or transfer his interest in this Agreement without the written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent 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. 5.1.3 Insurance: The ENGINEER shall secure and maintain such insurance as will protect him from claims under the Workmen' s Compensation Acts and from claims for bodily injury, death or property damage which may arise from the performance of his services under this Agreement. The ENGINEER also agrees to carry Professional Liability Insurance in an amount mutually acceptable in writing to both parties, but not more than $1,000,000 and to provide a certificate regarding the same to the CITY. The ENGINEER will require his technical subconsultants (subcontractors) to be appropriately insured. Section VI 6.1 CITY's Responsibilities: 6.1.1 Provide access to and to make all provisions for the ENGINEER to enter upon public and private lands as required for the ENGINEER to perform his work under this Agreement. 6.1.2 Provide lands, rights-of-way and easements needed. 6.1.3 Provide such legal, accounting and insurance counseling services as may be required for the Project. 6.1.4 Designated in writing a person to act as CITY' s representative with respect to the work to be performed under this Agreement; and such person shall have complete authority to transmit instructions, receive information, interpret and define CITY's policies and decisions with respect to materials, equipment elements and systems pertinent to the work covered by this Agreement. 6.1.5 Provide CITY crews and equipment and personnel to assist in the administration, supervision and performing of the work including cleaning and TVing and emergency point repair construction work and pay all salaries, benefits and costs related thereto. 6.1.6 Give prompt written notice to the ENGINEER whenever the CITY observes or otherwise becomes aware of any defect in the Project. 6.1.7 Obtain approval ofall govemmental authorities havingjurisdiction over the project and such approvals and consents from such other individuals or bodies as may be necessary for completion of the Project. 6.1.8 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. 6.1.9 Fumish or direct the ENGINEER in writing to provide, at the CITY's expense, necessary additional services as stipulated in Section III of this Agreement, or other services as required. 10 Section VII IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the day and year hereinabove set forth. CITY: ATTES~T AND SEAL By authority of the City Commission of the City of  Sanford, Florida granted for the CITY on the date ENGINEER: CONKLIN, PORTER AND HOLMES ATTEST AND SEAL 11 Plan of Study Sanitary Sewer Collection System Infiltration/Inflow Assessment of Easterly Tributaries to Fort Mellon L.S. ·: ·. · Da a~ ' e : :~ e · · · 8es . · ' Infilt~atiOn/hifiowV~0rk..'~ ""' .... ~..:..~ .. ~'..: .'.. ~;"~.~ ...' .. · ..:... ..:...:.......:... .... ... .~:..:.~ .'. 1. Review previous reports~ files 4 16 24 4 50.00 and field data collected in 1991 2. Re-establish sub system No. 4 2 4 10 16 4 50.00 5,6~9 &l,0 and update as needed. 3. Obtain and compile rainfall data 2 4 6 4 50.00 and pump data for 7 lift stations in the study area. 4. Interview staff. 4 4 8 50.00 5. Correlate and evaluate raw data 4 8 16 from City. 6. Compare lift station wet 2 8 16 weather data to dry weather data. Plot rainfall data vs. operation times for lift stations in study. 7. Estimate flows to the airport lift 2 4 4 stations and evaluate wetwell and pump sizing. 8. Perform pump-down tests at the 2 4 8 50.00 airport L.S. to determine current output. SUB-TOTAL(CPH) 22 52 92 16 12 $250.00 12 iNFLOW; ~NALYSIS.'. 2:" '. · : ; ] ' ':" " 9. Establish priorities for field 8 16 24 2 work. 10 Supervision and coordination of physical inspection and smoke testing. (15 days at 3,00O If/day)CPH C/s) s 15 45 CITY (%) 5 15 80 11 Receive, summarize and 8 24 40 evaluate field data. 12 Recommend immediate repair 2 8 12 2 $50.00 work that could be performed by CITY forces. 13 Summary report of findings 8 24 30 12 12 $500.00 from inflow analysis. SUB-TOTAL CPH 31 87 151 12 16 $550.00 CITY 5 15 80 14 Establish areas most likely to be 8 16 24 problems from previous and general work and establish priorities and help plan field work. 15 Review rainfall data and flow 2 4 6 2 data for lagged response. 16 Supervise and coordinate night $200.00 time flow isolation work. (11 nights at 10 weirings/night) CPH C/a) 4 8 30 2 CITY (%) 4 8 60 13 17 Assist in quantifying results and 8 16 24 8 comparing with normal flow. 18 Determination of immediate 4 8 16 8 $150.00 work to be performed by CITY and subcontractors (cleaning and TVing selected reaches) based on findings from flow isolation work. 19 Supervise and coordinate subcontractor's cleaning and TVing for 20 days CPH (Va) 3 10 50 4 $250.00 CITY 3 0 O0 20 Categorizing and evaluating 12 24 40 results and cost effective analysis. 21 Summary report. 4 16 24 8 12 $750.00 SUB-TOTAL CPH 45 102 214 8 36 $1,100.00 CITY 7 18 160 5": 'CONTRACCI.'DOCU~NidS:PREP~R~TIONi ::"..:. !. "5;" ;i i.f"" .::' ' 5:" ' 22 General Contract Documents 8 30 40 24 $200.00 for repairs; estimate quantities for bidding; assist in gett'~ng contracted and available for constmction. SUB-TOTAL 8 30 40 24 $200.00 OVERALL TOTAL CPH 106 171 497 36 88 $2,065.00 CITY 12 33 240 14 17 Assist in quantifying results and 8 16 24 8 comparing with normal flow. 18 Determination of immediate 4 8 16 8 $150.00 work to be performed by CITY and subcontractors (cleaning and TVing selected reaches) based on findings from flow isolation work. 19 Supervise and coordinate subcontractor's cleaning and TVing for 20 days CPH (~/a) 3 10 50 4 $250.00 CITY (%) 3 10 100 20 Categorizing and evaluating 12 24 40 results and cost effective analysis. 21 Summary report. 4 16 24 8 12 $750.00 SUB-TOTAL CPH 45 102 214 8 36 $1,100.00 CITY 7 18 160 :~ON/RACT:DOCUMEN~SPREPARATION:""'." .:'i':.' :'5'5 ' ' .:.: 5':: ':' :: 22 General Contract Documents 8 30 40 24 $200.00 for repairs; estimate quantities for bidding; assist in getting contracted and available for construction. SUB-TOTAL 8 30 40 24 $200.00 OVERALL TOTAL CPH 106 171 497 36 88 $2,065.00 CITY 12 33 240 F :\APPS\WPXRLP\TOM\AMENDT. 2 14