HomeMy WebLinkAbout1089-CPH-Engineer Stormwater Im CITY OF SANFORD
CONTRACT WITH CPH ENGINEERS, INC. FOR
ENGINEERING STORMWATER IMPROVEMENT PLAN,
ROADWAY AND INTERSECTION DESIGN
RFSOQ 01/02-28
THIS CONTRACT is entered by and between the CITY OF SANFORD,
FLORIDA, (CITY), whose address is 300 North Park Avenue, Sanford, Florida
32771, and the firm of CPH ENGINEERS, INC. (CONSULTANT), whose address
is 500 Fulton Street, Post Office Box 2808, Sanford, Florida 32772-2828, on this
November 15, 2004. 2004.
WHEREAS, the CITY intends to accomplish Stormwater, Roadway and
Intersection (Final Design and Permitting Phase) projects in the City of Sanford,
Florida; and
WHEREAS, the CONSULTANT's services and expertise are necessary to
implement CITY's contemplated projects; and
WHEREAS, it has been determined that the execution of this Contract is
beneficial to the people of Sanford, Florida.
NOW, THEREFORE, in consideration of the mutual covenants, conditions,
agreements, terms and provisions contained herein, and other good and valuable
consideration, the receipt and sufficiency of which is hereby acknowledged, the
parties hereto agree that with the mutual acceptance of this Contract as indicated
hereinafter by the execution of this Contract by both parties that a Contract shall
exist between both parties consisting of:
I. SCOPE OF SERVICES
The CONSULTANT shall provide expertise and technical skills as set forth
in Work Orders issued under the terms of this Contract. Exhibit "A" to this
Contract contains Work Order No. 1.
II. TERM OF CONTRACT
The initial term of this Contract shall be for a period as necessary to
complete the Scope of Services set forth in Exhibit "A", and shall be extended for
each Work Order as authorized under this Contract, unless terminated as set
forth herein.
III. RESPONSIBILITIES OF THE CONSULTANT
The CONSULTANT shall be responsible for the professional and technical
accuracy and the coordination of all work or materials furnished by the
CONSULTANT under this Contract. The CONSULTANT shall, without additional
cost to the CITY, correct or revise any errors or deficiencies in its performance.
IV. REUSE OF DOCUMENTS
The CITY shall have unlimited rights, for the benefit of the CITY, in ail
drawings, designs, specifications, notes and other CONSULTANT'S work
produced in the performance of this Contract, or in contemplation thereof, and all
as-built drawings produced after completion of the work, including, but not limited
to, the right to use same on any other CITY work without additional cost to the
CITY. All documents including drawings and specifications prepared by the
CONSULTANT pursuant to this Contract are instruments of service with respect
to each project. They are not intended or represented to be suitable for reuse by
CITY or others for any other project. Reuse for another project without written
verification or adaptation by the CONSULTANT for the specific purpose intended
will be at the CITY'S risk. Any such verification or adaptation, if requested by the
CITY, will entitle the CONSULTANT to further compensation at rates to be
agreed upon by the CITY and the CONSULTANT. A reproducible set of plans
and specifications shall be delivered to, and become the property of, the CITY
upon the completion of each project by the CONSULTANT.
V. EXPERT WITNESS
The CONSULTANT shall serve as an expert witness for the CITY in any
legal proceedings arising in connection with this Contract, if the CITY so
requests. The expert witness fee for the CONSULTANT shall be negotiated at
the time the CONSULTANT is called for such duty.
VI. COMPENSATION
The CITY agrees to compensate the CONSULTANT for the professional
services called for under this Contract as set forth in each Work Order to this
Contract. Compensation to the CONSULTANT shall include all labor,
subconsultant fees and reimbursement for out-of-pocket expenses, without
increase. The CONSULTANT shall advise the CITY whenever the
CONSULTANT equals or exceeds eighty percent (80%) of the Funds for each
Work Order.
VIII. BILLING AND PAYMENT
The CONSULTANT shall render to the CITY as work progresses an
itemized invoice for services furnished but not more than once monthly
in accordance with the guidelines contained in Article X. The
CONSULTANT may invoice the amount due based on percentage of
total services actually performed and completed.
2. Upon review and approval of the invoice submitted by the
CONSULTANT to the CITY, the CITY shall pay the CONSULTANT the
amount as approved.
IX. FINAL BILLING AND PAYMENT
Upon satisfactory completion of all work, and, upon acceptance of the
work by the CITY, the CONSULTANT may invoice the CITY for the full
amount of compensation provided for under the terms of this Contract.
The CITY may perform or have performed an audit of the records of the
CONSULTANT after final payment. This audit would be performed at a
time mutually agreeable to the CONSULTANT and the CITY subsequent
to the close of the final fiscal period in which the last work is performed.
Total compensation to the CONSULTANT may be determined a
subsequent to an audit as provided for in this Subsection and the
immediately following Subsection, and the total compensation so
determined shall be used to calculate final payment to the
CONSULTANT. The accomplishment of this audit shall not delay final
payment as provided in this Contract.
3. In addition to the above, if Federal funds are used for any work under
this Contract, the Comptroller General of the United States, or any of
their duly authorized representatives or any other appropriate Federal
agency, shall have access to any and all books, documents, papers and
records of the CONSULTANT which are directly pertinent to work
performed under this Contract as determined by the CITY for purposes
of making audits, examination, excerpts and transcriptions.
The CONSULTANT agrees to maintain any and ail books, documents,
papers, accounting records and other evidences pertaining to work
performed under this Contract in such a manner as will readily conform
to the terms of this Contract and to make such materials available at its
office at all reasonable times during the Contract period and for three (3)
years from the date of final payment under this Contract for audit or
inspection as provided for in this contract.
3
5. In the event any audit or inspection conducted after final payment, but
within the period provided in this Contract reveals any overpayment by
the CITY to the CONSULTANT under the terms of this Contract, the
CONSULTANT shall refund such overpayment to the CITY within thirty
(30) days of notice of same by the CITY to the CONSULTANT.
XI. INVOICES
Invoices from the CONSULTANT to the CITY shall not be rendered more
often than once monthly. Each invoice shall be properly dated,
describing the services rendered, the cost of the services, the name and
address of the CONSULTANT, Confirming Purchase Order Number
Contract Number and all other information required, if any by this
Contract. The original invoice shall be sent to the CITY representative
as defined in each Work Order.
2. Payment shall be made after review and approval by the CiTY within
thirty (30) days of receipt of a proper Invoice from CONSULTANT.
XI. SCHEDULE OF PERFORMANCE
A. Time Is Of The Essence
The timely performance and completion of the required services, work and
materials is vitally important to the interest of the CITY. Time is of the
essence for all of the duties and obligations contained in this Contract.
B. Notice to Proceed
Following the execution of this Contract by both parties, and after the
CONSULTANT has complied with the insurance requirements set forth, the CITY
shall issue the CONSULTANT a written notice to proceed. Following the
issuance of such notice to proceed the CONSULTANT shall be authorized to
commence work and the CONSULTANT thereafter shall commence work
promptly and shall carry on all such services and work as may be required in a
continuous, diligent and forthright manner to expeditious completion.
C. Time Of Performance
The CONSULTANT agrees to complete the services required pursuant to the
Contract within the time period(s) for completion of the various phases and/or
tasks of the project as set forth by the CITY. Should the CONSULTANT be
obstructed or delayed in the prosecution or completion of its obligations under
this Contract, as a result of unforeseeable causes beyond the control of the
CONSULTANT, and not due to its fault or neglect, the CONSULTANT shall notify
the CITY, in writing, within forth-eight (48) hours after the commencement of
such delay, stating the cause(s) thereof and requesting an extension of the
4
CONSULTANT's time of performance. Upon receipt of the CONSULTANT's
request for an extension of time, the CITY shall grant the extension if the CITY
determines the delay(s) encountered by the CONSULTANT, is/are due to
unforeseen causes and not attributable to the CONSULTANT's fault or neglect.
D. Consultant Work Schedule
The CONSULTANT may be required as a condition of this Contract to
prepare and submit to the CITY, on a monthly basis, commencing with the
issuance of the notice to proceed, a CONSULTANT's work schedule in a format
and containing such detail and information as the CITY may request.
E. Failure to Perform In a Timely Manner
Should the CONSULTANT fail to commence, provide, and/or perform any of
the services and work required pursuant to this Contract in a timely, continuous,
diligent and expeditious manner, the CITY may consider such failure as
justifiable cause to terminate this Contract and/or any Supplement.
XII. SECURING CONTRACT
The CONSULTANT warrants that the CONSULTANT has not employed or
retained any company or person other than a bona fide employee working solely
for the CONSULTANT to solicit or secure this Contract and that the
CONSULTANT has not paid or agreed to pay any person, company, corporation
or firm other than a bona fide employee working solely for the CONSULTANT
any fee, commission, percentage, gift or any other consideration contingent upon
or resulting from the award or making of this Contract.
Xlll. CONFLICT OF INTEREST
The CONSULTANT represents that it shall acquire no interest, either direct or
indirect, which would conflict in any manner with the performance of service
required hereunder. The CONSULTANT further agrees that no person having
any such interest shall be employed or engaged by the CONSULTANT for said
performance. If the CONSULTANT for itself and on behalf of its sub-consultants,
is about to engage in representing another client, which it in good faith believes
could result in a conflict of interest with the work being performed by the
CONSULTANT or such sub-consultants under this Contract, then it will promptly
bring such potential conflict of interest to the CITY'S attention, in writing. If the
CITY determines that there is a conflict of interest, the CONSULTANT or sub-
consultants shall decline the representation upon written notice by the CITY. If
the CITY determines that there is not such conflict of interest, then the CITY shall
give its written consent to such representation which will not be unreasonably
withheld. If the CONSULTANT or sub-consultants accepts such a representation
without obtaining the CITY'S prior written consent, and if the CiTY subsequently
determines that there is a conflict of interest between such representation and
5
the work being performed by the CONSULTANT or such sub-consultants under
this Contract, then the CONSULTANT or sub-consultants agrees to promptly
terminate such representation. The CONSULTANT shall require each of such
sub-consultants to comply with the provisions of this Contract. Should the
CONSULTANT fail to advise or notify the CITY as provided hereinabove of
representations which could, or does, result in a conflict of interest, or should the
CONSULTANT fail to discontinue such representation, the CITY may consider
such failure as justifiable cause to terminate this Contract.
XlV. CITY REPRESENTATIVE
The work will be under the direction of the authorized CITY Representative
who shall have final decision authority for all phases of the work, including
general direction, review, and approval of the work.
Neither the CITY Representative's review, approval or acceptance of, nor
payment for, any of the services required under this Contract shall be construed
to operate as a waiver of any rights under this Contract or of any cause of action
arising out of the performance of this Contract, and the CONSULTANT shall be
and remain liable to the CITY for all costs of any kind which were incurred by the
CITY as a result of the CONSULTANT's negligent performance of the services
furnished under this Contract.
XV. MODIFICATIONS TO SCOPE OF WORK/CHANGE ORDERS
As applicable to each specific project performed by the CONSULTANT during
the Contract term, the CITY Representative may at any time, by written order,
and without notice of the sureties, make changes within the general scope of the
Contract and the work and service to be performed, as set forth in this Contract.
If any such changes cause an increase or decrease in the CONSULTANT cost
of, or the time required for performance of the project/work, an equitable
adjustment shall be made and the Contract shall be amended in writing
accordingly. Any claim by the CONSULTANT for adjustment under this clause
must be asserted in writing within thirty (30) days from the date of receipt by the
CONSULTANT of the notification of change unless the CITY Representative
grants a further period of time before the date of Final Payment under the
Contract. The CONSULTANT shall proceed with the prosecution of the work as
changed. Except as otherwise provided in this Contract, no charge for any extra
work or materials will be allowed.
XVI. SUBCONTRACTORS, OUTSIDE ASSOCIATES AND CONSULTANTS
Any subcontractors and outside associates or sub-consultants required by the
CONSULTANT in connection with the services covered by this Contract will be
limited to such individuals or firms as are specifically identified for each project
performed under this Contract. Any substitution of such subcontractors,
associates, or sub-consultants will be subject to the prior approval of the CITY
Representative. The CITY shall not be a party to, responsible or liable for, or
assume any obligation whatever for any Contract entered into between the
CONSULTANT and any sub-consultant or any sub-sub-consultant.
XVlI. INSURANCE
The CONSULTANT shall not commence any work in connection with this
Contract until it has obtained all of the following types of insurance and such
insurance has been approved by the CITY. Approval by the CITY of any policy of
insurance shall not, however, relieve the CONSULTANT from its responsibilities
to maintain the insurance coverage required herein for the entire term of this
Contract and for such longer periods of time as may be required under other
clauses of this Contract. During the term of the Contract, the CONSULTANT
shall be also responsible for providing the CITY with copies of notices of
cancellation or any other changes in the terms and conditions of the original
insurance policies approved by the CITY.
The CONSULTANT shall furnish to the CITY certificates of insurance
evidencing the coverages required hereunder. Should the CITY find it necessary
to require copies of the underlying policies, the CONSULTANT shall provide
them promptly for the CITY's review and approval. The certificates shall clearly
indicate that the CONSULTANT has obtained insurance of the type, amount and
classification required by these provisions. This Contract may be terminated by
the CITY, without penalty or expense, if proof of any insurance required
hereunder is not provided to the CiTY for review within thirty (30) days of the
date of execution of this Contract.
All policies required hereunder shall contain language requiring thirty (30)
days notification to the insured and the CITY, prior to any cancellations or
reduction of limits taking effect. Upon receipt of any such notification, the
CONSULTANT shall promptly advise the CITY's Risk Manager and provide the
CITY with a copy of such notification.
All insurance policies shall be issued by insurers licensed to do business in
the State of Florida and any insuring company is required to have a minimum
rating of B, Class VIII in the "Best Key Rating Guide" published by A.M. Best &
Company, Inc.
A. Worker's Compensation
The CONSULTANT shall secure and maintain during the Contract term, all
Worker's Compensation insurance required by Florida law for itself and its
employees, and shall require its CONSULTANTS or subsidiaries doing work in
connection with this Contract to provide the same coverage, without exclusion of
any class of employee, and with a minimum of FIVE HUNDRED THOUSAND
DOLLARS ($500,000.00) Employer's Liability coverage.
7
B. Liability
COMMERCIAL GENERAL. The CONSULTANT shall secure and
maintain during the Contract term ONE MILLION DOLLARS ($1,000,000)
single limit Commercial General Liability insurance protecting itself, its
employees, agents, consultants or subsidiaries and their employees or
agents, for claims for damages caused by personal injury, loss or damage
of property and other such causes including what is commonly known as
groups A, B, and C (libel, false arrest, slander). If such comprehensive
coverage of all sub contractors, outside sub-consultants and agents
employed by the CONSULTANT in the performance of this Contract is not
available from the CONSULTANT insurer then, upon CITY
Representative's approval, the CONSULTANT may furnish to the CITY
insurance polices with similar coverage and protection for the CITY,
provided to it by its sub contractors, outside sub-consultants or agents, in
addition to the CONSULTANT's own policy. Such policies shall include
coverage for claims by any person as a result of actions directly or
indirectly related to the employment of such person by the CONSULTANT
or by any of its sub-consultants doing work in connection with this
Contract. Public Liability coverage shall include either Blanket Contractual
insurance or a Designated Contract Contractual Liability coverage
endorsement, indicating expressly the CONSULTANT Contract to hold the
CITY harmless as provided herein.
2. MOTOR VEHICLE. The CONSULTANT shall secure and maintain
during the Contract term, ONE MILLION DOLLARS ($1,000,000) single
limit Business Automobile Liability insurance, protecting itself, its
employees, agents, consultants or subsidiaries and their employees or
agents, against claims for damages caused by personal injury, loss or
damage of property and other such causes. If such comprehensive
coverage of all sub contractors, outside consultants and agents employed
by the CONSULTANT in the performance of this Contract is not available
from the CONSULTANT's insurer then, upon CITY Representative's
approval, the CONSULTANT may furnish to the CITY insurance polices
with similar coverage and protection for the CITY, provided to it by its sub
contractors, outside sub-consultants or agents in addition to the
CONSULTANT's own policy. Such policy shall include coverage for claims
by any person as a result of actions directly or indirectly related to the
employment of such person by the CONSULTANT or by any of its sub-
consultants doing work in connection with this Contract. Public Liability
coverage shall also include automobiles, whether owned, non-owned, or
hired. It shall include either Blanket Contractual insurance or a Designated
Contract Contractual Liability coverage endorsement that shall make
express reference to the CONSULTANT hold-harmless clause as
provided herein.
3. PROFESSIONAL. The CONSULTANT shall secure and maintain during
the Contract term and for at least three (3) years thereafter Professional
Liability insurance coverage with minimum limits of ONE MILLION
DOLLARS ($1,000,000) (with a maximum deductible of $100,000 per
claim). Such policy shall cover all of the CONSULTANT's professional
liabilities whether occasioned by the CONSULTANT, its agents,
employees, sub-consultants or subsidiaries, or their agents or employees,
arising out of services performed under or in accordance with this
Contract. If such comprehensive coverage of all sub contractors, outside
sub-consultants and agents employed by the CONSULTANT in the
performance of this Contract is not available from the CONSULTANT's
insurer then, upon the CITY Representative's approval, the
CONSULTANT may furnish to the CITY insurance polices with similar
coverage and protection for the CITY, provided to it by its sub contractors,
outside sub-consultants or agents, in addition to the CONSULTANT's own
policy. Such policies shall include coverage for claims by any person as a
result of actions directly or indirectly related to the employment of such
.person by the CONSULTANT or by any of its sub-consultants doing work
~n connection with this Contract. It is the CONSULTANT'S responsibility to
verify and cause its subcontractors to maintain this coverage in strict
accordance with the stipulations of this Contract. The CONSULTANT shall
immediately inform its carrier, the CITY's Risk Manager and the CITY of
any Contractual obligations that may alter its Professional Liability
coverage under this Contract. The CONSULTANT will furnish copies of
the policy and any changes thereto, immediately, to the CITY and CITY's
Risk Manager, prior to the commencement of any such contractual
obligations. The proposed policy shall be subject to the CITY's approval.
C. Personal Property
The CONSULTANT shall secure and maintain during the Contract term,
adequate insurance coverage for its own personal property and for the personal
property of its employees and agents, and shall require its subsidiaries and sub-
consultants to provide the same coverage for their employees and agents. Such
coverage shall include, but not be limited to, motor vehicles, whether licensed or
unlicensed, mobile equipment, whether licensed or unlicensed, and temporary or
portable shelters or offices.
D. Notice.
The CONSULTANT shall timely report in writing to the CITY's Risk Manager any
incident which it believes might result in claims under any of the coverages
mentioned herein. The CONSULTANT shall timely report in writing to the CITY's
Risk Manager any option for modification in the original Professional Liability
coverage offered by its insurer for the benefit of the CITY.
E. Indemnity.
For consideration of receipt by the CONSULTANT from the CITY of $10.00,
CONSULTANT agrees to indemnify and hold the CITY harmless from all claims
for:
1. LIABILITY. The CONSULTANT shall indemnify and hold the CITY
harmless from any and all claims for personal injury and property
damages that may arise from errors, omissions, or negligent acts of the
CONSULTANT or its subcontractors, sub-consultants, employees or
agents during the performance of services under this Contract.
Notwithstanding this indemnification and not by any way of waiver of such
indemnification, the CONSULTANT shall obtain and retain throughout the
term of the Contract, insurance coverage described herein.
2. PERSONAL PROPERTY. The CONSULTANT shall save the CITY
harmless from the claims of any person for loss, loss of use, or damage to
the personal property of the CONSULTANT, its agents, subcontractors,
employees, sub-consultants or subsidiaries that may arise from and be the
proximate result of errors, omissions, or negligent acts of the
CONSULTANT or its sub-consultants, subcontractors, employees, or
agents during the performance of services under this Contract.
XVIII, SUCCESSORS AND ASSIGNS
The CITY and the CONSULTANT each binds itself and its partners,
successors, executors, administrators, assigns and legal representatives to the
other party to this Contract and to the partners, successors, executors,
administrators, assigns and legal representatives of such other party, in respect
to afl covenants, Contracts and obligations of this Contract.
Neither the CITY nor the CONSULTANT shall assign, sublet or transfer any
rights under or interest in (including, but without limitation, monies that may
become due or monies that are due) this Contract without the written consent of
the other. Unless specifically stated to the contrary in any written consent to an
assignment, no assignment will release or discharge the assignor from any duty
or responsibility under this Contract.
XlX. ADDITIONAL RIGHTS AND REMEDIES
The rights and remedies of the CITY provided for under this Contract are in
addition to any other rights and remedies provided by law; the CITY may assert
its right of recovery by any appropriate means including, but not limited to, set-
off, suit, withholding, recoupment, or counterclaim, either during or after
performance of this Contract.
]0
XX. TERMINATION
A. The performance of work under this Contract may be terminated by the
CITY in accordance with this clause in whole, or from time to time in part,
whenever the CITY's Representative shall determine that such termination is in
the best interest of the CITY. Any such termination shall be effected by delivery
to the CONSULTANT of a Notice of Termination specifying the extent to which
performance of work under the Contract is terminated, and the date upon which
such termination becomes effective.
B. After receipt of a Notice of Termination, and except as otherwise
directed by the CITY's Representative, the CONSULTANT shall:
(1) Stop work under the Contract on the date and to the extent
specified in the Notice of Termination.
(2) Place no further orders or sub-contracts for materials, services
or facilities, except as may be necessary for completion of such
portion of the work under the Contract as is not terminated.
(3) Terminate all orders and sub-contracts to the extent that they
relate to the performance of work terminated by the Notice of
Termination.
(4) Assign to the CITY, in the manner, at the times and to the extent
directed by the CITY's Representative, all of the right, title, and
interest of the CONSULTANT under the orders and sub-contracts
so terminated, in which case the CITY shall have the right, in its
discretion, to settle or pay any or all claims arising out of the
termination of such orders and sub-contracts.
(5) Settle all outstanding liabilities and all claims arising out of such
termination of orders and sub-contracts with the approval or
ratification of the CITY's Representative, to the extent the CITY
may require which approval or ratification shall be final for all the
purposes of this clause.
(6) Transfer title and deliver to the CITY, in the manner, at the
times, and to the extent, if any, directed by the CITY's
Representative:
(a) the sketches, calculations, reports, models studies and
other work in process, completed work, supplies, and other
materials produced as a part of, or acquired in connection
with the performance of the work terminated by the Notice of
Termination; and
(b) the completed or partially completed plans, drawings,
information, and other property which, if the Contract had
been completed, would have been required to be furnished
to the CITY.
(7) Complete performance of such part of the work as shall not
have been terminated by the Notice of Termination.
C. After receipt of a Notice of Termination, the CONSULTANT shall
submit to the CITY's Representative its termination claim, in the form and with
certification prescribed by the CITY's Representative. Such claim shall be
submitted promptly but in no event later than thirty (30) days from the effective
date of termination, unless one or more extensions in writing are granted by the
CITY's Representative, upon request of the CONSULTANT made in writing
within such thirty (30) days period or authorized extension thereof. Upon failure
of the CONSULTANT to submit its termination claim within the time allowed, the
CITY Representative may determine on the basis of information available to it,
the amount, if any, due to the CONSULTANT by reason of the termination and
shall thereupon pay to the CONSULTANT the amount so determined.
D. Subject to the provisions of Subsection C, the CONSULTANT and the
CITY's Representative may agree upon the whole or any part of the amount or
amounts to be paid to the CONSULTANT by reason of the total or partial
termination of work pursuant to this Contract, which amount or amounts may
include a reasonable allowance for profit on work done; provided, that such
agreed amount or amounts exclusive of settlement costs, shall not exceed the
total Contract price as reduced by the amount of payments otherwise made and
as further reduced by the Contract price of work not terminated. The Contract
shall be amended accordingly and the CONSULTANT shall be paid the agreed
amount. Nothing in Subsection E hereunder, prescribing the amount to be paid to
the CONSULTANT in the event of failure of the CONSULTANT and the CITY's
Representative to agree upon the whole amount to be paid to the CONSULTANT
by reason of the termination of work pursuant to this clause, shall be deemed to
limit, restrict, or otherwise determine or affect the amount or amounts which may
be agreed upon to be paid to the CONSULTANT pursuant to this Subsection D.
E. In the event of the failure of the CONSULTANT and the CITY's
Representative to agree as provided in Subsection D, upon the whole amount to
be paid to the CONSULTANT by reason of the termination of work pursuant to
this clause, the CITY's Representative shall pay to the CONSULTANT the
amounts determined by the CITY Representative as follows, but without
duplication of any amounts agreed upon in accordance with Subsection D:
(1) For completed work and services accepted by the CITY, the
price or prices specified in the Contract for such work, less any
payments previously made.
(2) The total of:
(a) the costs incurred in the performance of the work and
service terminated, including initial costs and preparatory
expenses allocable thereto, but exclusive of any costs
attributable to the work and services paid or to be paid for
under Subsection E(1) hereof;
(b) the cost of settling and paying claims arising out of the
termination of work or services under sub-contracts or orders
as provided in Subsection B(5) above, which are properly
chargeable to the terminated portion of the Contract
exclusive of amounts paid or payable on account of work or
services delivered or furnished by CITY approved sub-
contractors prior to the effective date of termination, which
amounts shall be included in the costs payable under (a)
above; and
(c) a sum, as profit on (a) above, determined by the CITY's
Representative to be fair and reasonable.
F. In the event this Contract is terminated because of CONSULTANT
default, the CITY may take over the work and services and complete the same
by Contract or otherwise, and the CONSULTANT shall be liable to the CITY for
any increased cost of the project.
XXI. CONTROLLING LAW; ATTORNEY'S FEES AND COSTS
This Contract is to be governed by the laws of the State of Florida. Venue for
any litigation between the parties to this Contract shall be in Seminole County,
Florida and any trial shall be non-jury. The prevailing party shall recover against
the other party all attorney's fees and costs incurred from any and all disputes
and/or litigation including appeals which arise from this Contract.
XXII. MODIFICATIONS TO CONTRACT
This Contract, together with any exhibits and amendments, constitute the
entire Contract between the CITY and the CONSULTANT and supersede all prior
written or oral understandings. This Contract and any exhibits and amendments,
may only be amended, supplemented, modified or canceled by a written
instrument duly executed by the parties hereto.
XXIII. EQUAL OPPORTUNITY
During the performance of this Contract, the CONSULTANT agrees that the
CONSULTANT will not discriminate against any employee or applicant for
employment because of race, creed, color, sex or national origin. The
CONSULTANT will take affirmative action to ensure that applicants are
employed, and that employees are treated during employment, without regard to
their race, creed, color, sex or national origin. Such action shall include, but not
be limited to, the following: employment, upgrading, demotion or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship. The
CONSULTANT agrees to post in conspicuous place, available to employees and
applicants for employment, notices setting forth the provisions of this
nondiscrimination clause.
XXlV. NOTICE TO PROCEED
Following the execution of this Contract by both parties, and after the
CONSULTANT has complied with the insurance requirements set forth
hereinafter, the CITY shall issue the CONSULTANT a written notice to proceed
for each project. Following the issuance of such notice to proceed the
CONSULTANT shall be authorized to commence work and the CONSULTANT
thereafter shall commerce work promptly and shall carry on all such services and
work as may be required in a continuous, diligent and forthright manner to
expeditious completion.
XXV. NOTICES
Whenever either party desires to give notice unto the other, it must be given
by written notice, sent by registered United States mail, with return receipt
requested, addressed to the party for whom it is intended, at the place last
specified, and the place for giving of notice shall remain such until it shall have
been changed by written notice in compliance with the provisions of this Section.
Designated representatives shall be defined in each Work Order.
Written notice requirements of this Contract shall be strictly construed and
such requirements are a condition precedent to pursuing any rights or remedies
hereunder. The CONSULTANT agrees not to claim any waiver by CITY of such
notice requirements based upon the CITY having actual knowledge, implied,
verbal or constructive notice, lack of prejudice or any other grounds as a
substitute for the failure of the CONSULTANT to comply with the express written
notice requirements herein. Computer notification (e-mails and message boards)
do not constitute proper written notice under the terms of the Contract.
14
IN WITNESS WHEREOF, the parties hereto have made and executed this
Agreement on the respective dates under each s~}gnature: the CITY throuoh its
City Commission taking action on the day of ~_~'~'~ ,/;~ ,200~ and
the CONSULTANT signing by and through its duly authorized-corporate o~icer
having the full and complete authority to execute same.
~-inda M. Gardner
Corporate Secretary
CPH ENGINNERS
DA~I~D A. GIERACH,
Corporate President
Date:
ATTEST:
ANET D-OUGHER'i~, City C{Jerk
CITY OF Sanford
For use and reliance of the Sanford City Commission only.
Approved as to form and legality.
William L. Colbert
City Attorney
]5
EXHIBIT A
WORK ORDER No. I
Page 16 of 28
WORK ORDER NO. 1
TO
City of Sanford Contract With
CPH Engineers, Inc.
For Stormwater Improvement Plan, Roadway and Intersection
Design
RFSOQ 01/02-28
This Work Order No. 1 . dated this 17th, day of November, 2004, to a Contract
previously entered into on the 15th day of November, 2004, by and between the City of
Sanford, Florida, hereinafter referred to as the CITY, and CPH Engineers, Inc.,
hereinafter referred to as the CONSULTANT, is mutually agreed upon and declared an
extension of the original Contract entitled "City of Sanford Contract with CPH Engineers,
Inc. for Engineering Stormwater Improvement Plan, Roadway and Intersection Design,
RFSOQ 01/02-28. It is the intent of this Work Order to provide for Engineering Services
in connection with the Downtown Stormwater Improvements - Southeast Out'fall, Cloud
Branch Ph. 2, 13th St., 10th Project.
In the event of a conflict between this Work Order and the original Contract, the
provisions of this Work Order shall apply for the work described herein.
SECTION 1
GENERAL
The CiTY has received an SRF Loan for the planning and design of the proposed
stormwater improvements. The facilities planning has been completed and the design
and permitting of the improvements must be completed to obtain the SRF funding from
FDEP for construction. This authorization is to generally provide for engineering
services for the design and permitting of the stormwater improvements identified in the
SRF Stormwater Facilities Plan.
The improvements identified in the Facilities Plan that are to be final designed and
permitted under this Authorization are as follows:
Page 17 of 28
Southeast Outfall consisting of a new pipeline or combination pipeline open ditch along
North St./1st Drive from Mellonville Avenue to the Seminole County Club II Borrow Pit
Pond, located west of Brisson Avenue.
Cloud Branch Phase 2 consisting of a new stormwater detention pond at Coastline Park,
and channel and culvert crossing improvements from the Railroad crossing to 3rd Street.
13th Street Outfall consisting of upgrading the storm sewer trunkline along 13~ St. from
Park Ave. to U.S. 17-92, and from U.S. 17-92 to 10th Street, and along 10th Street to
Cloud Branch at Coastline Park.
10th Street Ouffall consisting of upgrading the storm sewer pipeline along 10th St. from
U.S. 17-92 to its connection point with the 13th Street outfall on 10t~ Street (between
Holly Ave. and Maple Ave.)
Railroad Outfall consisting of upgrading the storm sewer trunkline a on the '
tracks from Palmetto Avenue to 1 lt~ Street, and from 11 th Street to Cloud Brganch. railroad
The CONSULTANT has previously assisted the CITY in obtaining funding for the project
under the State Revolving Fund (SRF) Loan Program. In order to maintain the eligibility
for financing under the SRF program, the CONSULTANT will provide coordination and
assistance in obtaining necessary approvals of design documents and 3ermitting for
these projects.
SECTION 2
SPECIFIC SERVICES OF THE CONSULTANT
The CONSULTANT agrees to perform professional engineering services ~n connection
with the project as hereinafter stated.
The CONSULTANT 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 his services.
Attached to this Work Order is a manhour breakdown for the project Scope of Services.
Desiqn and Permittinq - South=---=t Ouffall
The CONSULTANT will obtain information along proposed route, field review potential
conflicts and areas to be addressed during design or construction.
The CONSULTANT will attend a kick-off meeting with City and County staff (necessary
in order to coordinate connection to the County's Club II Borrow Pit pond), review route,
available information.
The CONSULTANT will survey the approximate 4000 LF route from Mellonville Ave. to
the Club II Borrow Pit pond (and will use the existing topographic aerials as the survey
base). The surveying includes profiling along North Street/1st Dr., establishing a
horizontal and vertical 50' grid from the centerline of ditch to the right-of-way line,
Page 18 of 28
location of existing visible above ground improvements and utilities locating the
horizontal. Ioca!ion of underground CITY owned utilities as flagged by the CITY, Iocat ng
storm ana sanitary structures (pipe sizes and invert elevations).
The CONSULTANT will obtain from the geotechnical subconsultant soil and
groundwater information, and construction recommendations.
The CONSULTANT will, using its in-house environmental scientist, assess the route,
coordinate with review agencies, and prepare an environmental report addressing
proposed impacts to the wetlands and surface waters for use in permitting. Preparation
of a detailed mitigation plan is not anticipated to be required and is not included.
The CONSULTANT will submit monthly progress reports to CITY during the design and
permitting phase.
The CONSULTANT will update the storm sewer modeling (conducted during the
planning phase) to finalize pipe and ditch design.
The CONSULTANT will prepare 90% construction plans consisting of:
Cover Sheet
Summary of Quantities
Key Sheet and General Notes
Plan and Profile (8 Sheets, 1"=20' Scale)
Cross Sections (Every 400' (+/-), 2 Sheets)
Detail Sheet
The CONSULTANT will prepare an opinion of probable construction cost based on the
90% construction plans.
The CONSULTANT will submit the 90% drawings to CITY, attend a review meeting with
The CONSULTANT will make minor revisions to plans as result of the review meeting
with CITY.
The CONSULTANT will prepare the St. Johns River Water Management District
(SJRWMD) permit application, hydraulic calculations and report, and submit the
calculations and report with the 90% plans to the SJRWMD. The CONSULTANT will
also submit calculations and plans to the County stormwater division for approval if
necessary.
The CONSULTANT will prepare a County R/W Use Permit Application (if needed for the
construction of the pipeline/ditch regarding), and will submit the plans and application to
County.
The CONSULTANT will prepare a Project Manual consisting of front end documents and
technical specifications, and submit it to the CITY for review.
The CONSULTANT will revise the plans based on SJRWMD and County review.
The CONSULTANT will submit the plans and Project Manual to FDEP for approval
under the SRF program, and make revisions based on FDEP review.
Page 19 of 28
The CONSULTANT will update the previously prepared Opinion of Probable
Construction Cost and Project Manual.
The CONSULTANT will submit the 100% plans and Project Manual to the CITY.
Desi~3n and Permlttim3 - Cloud Branch Phase ?
The CONSULTANT will obtain information along proposed route, field review potential
conflicts and areas to be addressed during design or construction.
The CONSULTANT will attend a kick-off meeting with City staff, review route, available
information.
The CONSULTANT will survey the proposed pond site at Coastline Park, approximately
1800 LF of existing Cloud Branch channel from the railroad to 3r~ Street, and will use
existing topographic aerials as the survey base. The surveying includes profiling along
the channel, establishing a horizontal and vertical 50' grid from the centerline of the
channel, provide mapping of the existing parcels along the channel, locating existing
visible above ground improvements and utilities, locating the horizontal location of
underground CITY owned utilities as flagged by the CITY, locating storm and sanitary
structures (pipe sizes and invert elevations). Detailed tree surveying and locations by
survey are not included.
The CONSULTANT will obtain from the geotechnical subconsultant soil and
groundwater information at the pond site and 3 culvert crossings, plus construction
recommendations.
The CONSULTANT will, using its in-house environmental scientist, assess the route,
coordinate with review agencies, and prepare an environmental report addressing
proposed impacts to the wetlands and surface waters for use in permitting. Preparation
of a detailed mitigation plan is not anticipated to be required and is not included.
The CONSULTANT will submit monthly progress reports to CITY during the design and
permitting phase.
The CONSULTANT will update the Cloud Branch stormwater model (conducted during
Cloud Branch Phase 1 design phase) to finalize pond design and upsizing of the road
and railroad crossing culverts.
The CONSULTANT will prepare 90% construction plans consisting of:
Cover Sheet
Summary of Quantities
Key Sheet and General Notes
Plan and Profile (5 Sheets, 1"=20' Scale)
Cross Sections (Every 400' (+/-), 1 Sheet)
Detail Sheet
The CONSULTANT will prepare an opinion of probable construction cost based on the
90% construction plans.
Page 20 of 28
The CONSULTANT will submit the 90% drawings to CITY, attend a review meeting with
The CONSULTANT will make minor revisions to plans as result of the review meeting
with CITY.
The CONSULTANT will prepare the St. Johns River Water Management District
(SJRWMD) permit application, hydraulic calculations and report, and submit the
calculations and report with the 90% plans to the SJRWMD.
The CONSULTANT will coordinate the new pipe crossing and slip lining of the existing
pipe crossings of the railroad with CSX. The CONSULTANT will also prepare a CSX
right-of-way application, submit construction plans to CSX for approval, and make
revisions to plans based on CSX review.
The CONSULTANT will prepare a Project Manual consisting of front end documents and
Technical specifications, and submit it to the CITY for review.
The CONSULTANT will revise the plans based on SJRWMD review.
The CONSULTANT will submit the plans and Project Manual to FDEP for approval
under the SRF program, and make revisions based on FDEP review.
The CONSULTANT will update the previously prepared Opinion of Probable
Construction Cost and Project Manual.
The CONSULTANT will submit the 100% plans and Project Manual to the CITY.
Desiqn and Permittlnq - 13t~ Street Out'fall
The CONSULTANT will obtain information along proposed route, field review potential
conflicts and areas to be addressed during design or construction.
The CONSULTANT will attend a kick-off meeting with City staff, review route, available
information.
The CONSULTANT will obtain from the geotechnical subconsuitant soil and
groundwater information at 4 locations along the proposed pipeline, plus construction
recommendations.
The CONSULTANT will submit monthly progress reports to CITY during the design and
permitting phase.
The CONSULTANT will update the storm sewer modeling (conducted during the
planning phase) to finalize pipe sizing.
The CONSULTANT will prepare 90% construction plans consisting of:
Cover Sheet
Summary of Quantities
Key Sheet and General Notes
Plan and Profile (9 Sheets, 1"=20' Scale)
Cross Sections (Every 500' (+/-), 2 Sheets)
Detail Sheet
Page 21 of 28
The CONSULTANT will prepare an opinion of probable construction cost based on the
90% construction plans.
The CONSULTANT will submit the 90% drawings to CITY, attend a review meeting with
The CONSULTANT will make minor revisions to plans as result of the review meeting
with CITY.
The CONSULTANT will schedule and attend a pre-application meeting with FDOT,
prepare FDOT permit application, submit U.S. 17-92 culvert replacement plans to FDOT
for approval, and make revisions to plans based on FDOT review.
The CONSULTANT will prepare a Project Manual consisting of front end documents and
technical specifications, and submit it to the CITY for review.
The CONSULTANT will submit the plans and Project Manual to FDEP for approval
under the SRF program, and make revisions based on FDEP review.
The CONSULTANT will update the previously prepared Opinion of Probable
Construction Cost and Project Manual.
The CONSULTANT will submit the 100% plans and Project Manual to the CITY.
Desiqn and Permittinq - 10th Street Outfall
The CONSULTANT will obtain information along proposed route, field review potential
conflicts and areas to be addressed during design or construction.
The CONSULTANT will attend a kick-off meeting with City staff, review route, available
information.
The CONSULTANT will obtain from the geotechnical subconsultant soil and
groundwater information at 2 locations along the proposed pipeline, plus construction
recommendations.
The CONSULTANT will submit monthly progress reports to CITY during the design and
permitting phase.
The CONSULTANT will update the storm sewer modeling (conducted during the
planning phase) to finalize pipe sizing.
The CONSULTANT will schedule and attend a coordination meeting with FDOT staff to
discuss cost sharing of the design, permitting, and construction of the storm ouffall along
10th Street.
Page 22 of 28
The CONSULTANT will prepare 90% construction plans consisting of:
Cover Sheet
Summary of Quantities
Key Sheet and General Notes
Plan and Profile (2 Sheets, 1"=20' Scale)
Cross Sections (Every 500' (+/-), 1 Sheet)
Detail Sheet
The CONSULTANT will prepare an opinion of probable construction cost based on the
90% construction plans.
The CONSULTANT will submit the 90% drawings to CITY, attend a review meeting with
The CONSULTANT will make minor revisions to plans as result of the review meeting
with CITY.
The CONSULTANT will prepare a Project Manual consisting of front end documents and
technical specifications, and submit it to the CITY for review.
The CONSULTANT will submit the plans and Project Manual to FDEP for approval
under the SRF program, and make revisions based on FDEP review.
The CONSULTANT will update the previously prepared Opinion of Probable
Construction Cost and Project Manual.
The CONSULTANT will submit the 100% plans and Project Manual to the CITY.
Desion and Permittinq - Railroad Ouffall
The CONSULTANT will obtain information along proposed route, field review potential
conflicts and areas to be addressed during design or construction.
The CONSULTANT will attend a kick-off meeting with City staff, review route, available
information.
The CONSULTANT will obtain from the geotechnical subconsultant soil and
groundwater information at 4 locations along the proposed pipeline, plus construction
recommendations.
The CONSULTANT will submit monthly progress reports to CITY during the design and
permitting phase.
The CONSULTANT will update the storm sewer modeling (conducted during the
planning phase) to finalize pipe sizing.
The CONSULTANT will prepare 90% construction plans consisting of:
Cover Sheet
Summary of Quantities
Page 23 of 28
Key Sheet and General Notes
Plan and Profile (9 Sheets, 1"=20' Scale)
Cross Sections (Every 500' (+/-), 2 Sheets)
Detail Sheet
The CONSULTANT will prepare an opinion of probable construction cost based on the
90% construction plans.
The CONSULTANT will submit the 90% drawings to CITY, attend a review meeting with
CITY.
The CONSULTANT will make minor revisions to plans as result of the review meeting
with CITY.
The CONSULTANT will schedule and attend a pre-application meeting with FDOT,
prepare FDOT permit application, submit U.S. 17-92 culvert replacement plans to FDOT
for approval, make revisions to plans based on FDOT review.
The CONSULTANT will coordinate proposed pipe removal / abandonment and new
construction along the railroad with CSX. The CONSULTANT will also prepare CSX
right-of-way application, submit construction plans to CSX for approval, and make
revisions to plans based on CSX review. Note: this Authorization assumes CSX will
allow the CITY pipeline to be constructed along the railroad. If CSX does not allow this
and substantial route changes are required (including the need for easements or right-
of-way), then the substantial changes and easements will be considered to be an
Additional Service not covered by the Authorization.
The CONSULTANT will prepare a Project Manual consisting of front-end documents and
technical specifications, and submit it to the CITY for review.
The CONSULTANT will submit the plans and Project Manual to FDEP for approval
under the SRF program, and make revisions based on FDEP review.
The CONSULTANT will update the previously prepared Opinion of Probable
Construction Cost and Project Manual.
The CONSULTANT will submit the 100% plans and Project Manual to the CITY.
SECTION 3
PAYMENT AND CONTRACT TIME
Compensation Paid CONSULTANT
The engineering fee for the services described herein shall not exceed $495,253.00,
inclusive of out-of-pocket expenses. Exhibit B attached details costs associated with this
work.
Page 24 of 28
Invoices from the CONSULTANT to the CITY shall not be rendered more often than
once monthly. Each invoice shall be properly dated, describing the services rendered,
the cost of the services, the name and address of the CONSULTANT, and Purchase
Order Number. The original invoice shall be sent to the CITY representative designated
as follows:
Mr. Tom George, Public Works Director
City of Sanford
P O Box 1788
Sanford, FI 32772-1788
The CiTY will make prompt monthly payments in response to the CONSULTANT's
monthly statements without retention for all categories of services rendered under this
Work Order and for reimbursable expenses and outside consultant costs incurred.
Charges for services rendered by principals and employees as witnesses in any litigation
hearing or proceeding will be computed at a rate of $1,200.00 per day or any portion
thereof (but time spent in preparing to appear in any such litigation, hearing or
proceeding will be negotiated in accordance with the terms of the Base Contract.
If this Work Order is terminated during prosecution of the services prior to completion of
the services of Section 2, payments to be made on account of that and all prior work
under this Work Order shall be as defined in the Base Contract.
The CONSULTANT will commence services within seven calendar days of the date of
execution of this Work Order and will complete these services within a timely manner.
The period of performance of the CONSULTANT's contract shall remain in force from
the date of execution of this Work Order until a one-year period has elapsed, at which
time compensation for services provided will be subject to re-negotiation.
SECTION 4
ADDITIONAL SERVICES OF THE ENGINEER
If authorized by the CITY, the CONSULTANT shall furnish or obtain from others the
following additional services, or the CITY may provide these services separately or
directly with the provider. Such additional services will be paid for by the CITY as
defined in the Base Contract.
Services due to major 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.
The CONSULTANT will provide limited environmental scientist services as defined in the
Section 2. These services do not include preparation of detailed mitigation plans. If
found to be necessary, CONSULTANT could provide additional environmental scientist
services including preparation of mitigation plans.
Page25of 28
Provide through subconsultants land acquisition boundary surveys, title searches, or
other specialist services including real estate or right-of-way agents, project or
construction management, and bookkeeping or accounting services, if these services
are subsequently determined advisable during the course of work, they may be
considered for authorization as an additional service under the Base Contract or
separately provided by the CITY.
Except as otherwise provided herein, services or additional costs associated with
revising previously accepted studies, reports, or other documents prepared by the
CONSULTANT when such revisions are due to causes beyond the CONSULTANT's
control.
Additional services resulting from public protests, administrative hearings, or similar
matters.
Preparing to serve and/or serving as an Expert Witness for the CiTY in any litigation,
public hearing, condemnation proceeding, right-of-way or easement acquisition or
negotiation, or other legal / administrative proceeding.
Additional engineering services required by revisions to regulations (after the date of this
Authorization) as applicable to the Florida Department of Environmental Protection, the
St. Johns River Water Management District, Corps of Engineers, Seminole County,
FDOT, or other regulatory agency requirements.
Additional services in connection with the project including services normally furnished
by the CITY and services not otherwise provided for in this Work Order.
Bidding and construction engineering and inspection services shall be provided under
separate Work Order.
Section 5
CITY Responsibilities
The CITY will:
Advise the CONSULTANT 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
Authorization, 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 Authorization.
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.
Guarantee access to and make all provisions for the CONSULTANT to enter upon public
and private lands as required for the CONSULTANT to perform his work under this
Authorization.
Page 26 of 28
Make facilities accessible for inspection, including opening of manholes if needed to
survey pipeline inverts and sizing, and flagging the horizontal location of CITY owned
utilities.
Examine ail studies, reports, sketches, schedules, and other documents presented by
the CONSULTANT and render decisions pertaining thereto within a reasonable time so
as not to delay the work of the CONSULTANT. 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.
Furnish or direct the CONSULTANT in writing to provide at the CITY's expense, any
sub-consultant services not designated in Section 2, if advised by the CONSULTANT
and CITY concurs that they are necessary.
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.
Give prompt written notice to the CONSULTANT whenever the CITY observes or
otherwise becomes aware of any defect in the Project.
SECTION 6
General Conditions
Since the CONSULTANT 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 Authorization
are made on the basis of his experience and qualifications and represent his best
judgment as a design professional familiar with the construction industry, but the
CONSULTANT cannot and does not guarantee that bids or the construction cost will not
vary from opinions of probable cost prepared by him. Similar limitations apply to
construction schedules reviewed or prepared by the CONSULTANT.
The CITY and the CONSULTANT each binds himself and his partners, successors,
executors, administrators and assigns to the other party of this Authorization and to
partners, successors, executors, administrators, and assigns of such other party in
respect to all covenants of this Work Order. 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 CONSULTANT.
The CONSULTANT agrees to initiate work promptly upon receipt of authorization to
proceed and to prosecute the work in an expeditious and timely manner until the Project
is completed.
Page 27 of 28
IN WITNESS WHEREOF, the parties hereto have made and executed this Authorization
the day and year first above written.
CITY:
(ATTEST & SEAL)
8anet Dougherty - City~--~lerk g
nford, Florida
CONSULTANT:
~EST ~ SEAL)
Lin'~a' M-. Gardner- 8ecretaryfTreasurer
CPH Engineers, Inc.
D~vid A. Gierach, P.E. - President
Page 28 of 28
00%
$%, 000