HomeMy WebLinkAbout301 1st St Imprvmts Ph 2
jof
WORK ORDER FORM
CITY OF SANFORD
CONTRACT:
(!eNlJ
t;(. /3. ,2006. ()C11
WORK ORDER NO.:
PROJECT: First St. Improvements- Phase 2 Engineering Services
CONTRACTOR/CONSULTANT: CPH Engineers, Inc.
Execution of the approved Work Order by the CITY shall serve as authorization for
the CONSULTANT to provide for the above project, professional services as set out in
this Scope of Services to that certain Agreement of between the CITY and the
CONTRACTOR and further delineated in the specifications, conditions and
requirements stated in the following listed documents which are attached hereto and
made a part hereof.
ATTACHMENTS:
[] DRAWINGS/PLANS/SPECIFICATIONS
[Xl SCOPE OF SERVICES
[] SPECIAL CONDITIONS
[ ]
The CONTRACTOR shall provide said services pursuant to this Work Order, its
attachments and the above-referenced Agreement, which is incorporated herein by
reference as if it had been set out in its entirety. Whenever the Work Order conflicts
with said Agreement, the Agreement shall prevail.
TIME FOR' COMPLETION: The work authorized by this Work Order shall be
commenced upon issuance of a Notice to Proceed by the CITY and shall be completed
within two hundred seventy (270) calendar days.
METHOD OF COMPENSATION:
(a) This Work Order is issued on a:
[] FIXED FEE BASIS
[~ TIME BASIS METHOD WITH A NOT-TO- EXCEED AMOUNT
-yL;;
Ci.n
Co
..-I
:::E:
<:J:
N
N
U
I.J.J
Q
co
<:>
<:>
N
[] TIME BASIS METHOD WITH A LIMITATION OF FUNDS
AMOUNT
(b) If the compensation is based on a "Fixed Fee Basis," then the
CONSULTANT shall perform all work required by this Work Order for the sum of
DOLLARS ($ ). In no event shall the
CONSULTANT be paid more than the Fixed Fee Amount.
(c) If the compensation is based on a "Time Basis Method" with a Not-to-
Exceed Amount, then the CONSULTANT shall perform all work required by this Work
Order for a sum not exceeding one hundred ninety five thousand five hundred eighty fOOLLARS
($ 195,585.00 ). The CONSULTANT's compensation shall be based on the actual
work required by this Work Order.
(d) If the compensation is based on a "Time Basis Method" with a Limitation
of Funds Amount, then the CONSULTANT is not authorized to exceed the Limitation of
Funds amount of DOLLARS
($ ) without prior written approval of the CITY. Such approval, if given by
the CITY, shall indicate a new Limitation of Funds amount. The CONSULTANT shall
advise the CITY whenever the CONSULTANT has incurred expenses on this Work
Order that equals or exceeds eighty percent (80%) of the Limitation of Funds amount.
The CITY shall compensate the CONSULTANT for the actual work performed under
this Work Order.
(e) Payment to the CONSULTANT shall be made by the CITY in strict
accordance with the payment terms of the above-referenced Agreement.
(f) It is expressly understood by the CONSULTANT that this Work Order,
until executed by the CITY, does not authorize the performance of any services by the
CONSULTANT and that the CITY, prior to its execution of the Work Order, reserves the
right to authorize a party other than the CONSULTANT to perform the services called
for under this Work Order if it is determined that to do so is in the best interest of the
CITY.
IN WITNESS WHEREOF, the parties hereto have made and executed this Work
Order on the respective dates undQ:. each sr:bture: t)1e CITY througtL.. its City
Commssion taking action on the;l day of V.tm beY , 200~ and the
CONSULTANT signing by and through its duly authorized corporate officer having the
full and complete authority to execute same.
I'
~. ST: 1f1.
- 1n.'Ph
By:' ltI. ~I? )-
Corporate Secretary or Witness
ATTEST:
(~.~~
Janet Dougherty, Ci lerk
For the use and reliance of the City of
Sanford only. Approved as to form
and legal sufficiency.
/s/ William L. Colbert
William L. Colbert, City Attorney
CON~~TOR: \
~~
David A. Gierach, P.E.
Corporate President
Date: I 2 .-1 -08
CITY OF SANFORD
c
Date:
~ '~~.
Linda K hn, Mayor
fIX-II'- Of3
----
-
WS RM X
City of Sanfordl Florida
Item No.
CITY COMMISSION MEMORANDUM 08..XXX
NOVEMBER 24, 2008 AGENDA
To:
PREPARED BY:
SUBMITTED BY:
SUBJECT:
Honorable Mayor and Members of the City Commission
Robert J. Tunis, Economic Development Director
Robert P. Yehl, City Manager
First Street Improvements - Phase 2 - Engineering Services by CPH
Engineers, Inc. in the amount of$195,585
SYNOPSIS: A proposal has been received by CPH Engineer's Inc. to undertake preconstruction
services for the First Street Streetscape Improvements - Phase 2
FiSCAL/STAFFING STATEMENT: The total proposed Scope of Services fee is $195,585,
which will be funded using City CRA Funds. During its 11/5/08 meeting, the CRA approved the
proposed Scope of Services in the amount of$195,585.
BACKGROUND: CPH Engineers, Inc. has been asked to provide extra preconstruction
services for the regrading of First Street to improve surface runoff along the street, and the upgrade
of storm sewer pipeline and inlets along the street. Other preconstruction services include design
of the underdrain system along the street, storm sewer system improvements along Myrtle Avenue,
revisions to driveway geometries to maximize on street parking, relocation of the Exxon sign to
accommodate the new wall, permitting through FDOT, and assisting the City with the acquisition
of the wall easements needed for construction. The Scope of Services also includes bidding and
limited construction phase services during the 195 day construction phase.
The project consists of construction of a new masonry arch and wall entrance feature on First
Street at U.S. 17-92, and includes installation of new street pavers and furnishings, planters,
landscaping, irrigation, street lighting, relocation of an existing water main, construction of new
reclaimed water main, plus installation of new storm sewer and inlets along a four block section of
First Street between u.S. 17-92 and Oak Avenue. This project is the second phase of the First
Street Improvements, continuing the brick pavers, planters, and amenities that were constructed
under the first phase that was constructed between Oak Avenue and Sanford Avenue.
LEGAL REVIEW: N/A
RECOMMENDATION: CPH Engineers, Inc. has successfully completed the design
engineering phase of this project. Staff recommends approval of this contract.
SUGGESTED MOTION: "I move that the contract for Engineering Services for $195,585 for
engineering services for First Street Improvements - Phase 2, be awarded to CPH Engineers, Inc.