HomeMy Public PortalAbout21-9883 EAC Consulting for NW 131 StSponsored by: City Manager
RESOLUTION NO. 21-9883
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER
TO ENTER INTO AN AGREEMENT WITH EAC CONSULTING,
INC. FOR CONTINUING PROFESSIONAL ARCHITECTURAL
AND ENGINEERING CONSULTING SERVICES FOR THE
ENGINEERING DESIGN FOR ROADWAY, WATER
DISTRIBUTION AND DRAINAGE RECONSTRUCTION FOR NW
131ST STREET BETWEEN NW 31ST AVENUE & NW 32ND AVENUE;
PROVIDING FOR INCORPORATION OF RECITALS;
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City of Opa-Locka ("City") desires to acquire services for the
engineering design for NW 131st Street between NW 31 Avenue and NW 32 Avenue to
reconstruct the roadway, including drainage and 8 -inch DIP watermain; and
WHEREAS, on June 10, 2020, the City Commission of the City ("City
Commission") accepted bid proposals from several firms for continuing professional
architectural and engineering consulting services pursuant to RFQ No. 20-0324200. The
Commission further authorized the City Manager to enter into multiple agreements for
architectural and engineering consulting services as provided therein; and
WHEREAS, more specifically, the City Commission approved entering an
agreement with EAC Consulting, Inc. for civil engineering, landscape architectural,
structural engineering, traffic engineering, land surveying, construction testing and
inspections, utilities engineering services and general consulting engineering services;
and
WHEREAS, EAC Consulting Inc. will provide preliminary design, design
services, and permitting for the complete reconstruction of the existing roadway,
including drainage and replacement of approximately 650 linear feet of an existing 6 -inch
watermain with an 8 -inch diameter water main. The project limits will be within the
right-of-way of NW 131st Street between NW 31st Avenue and NW 32nd Avenue; and
WHEREAS, pursuant to the proposal attached hereto as Exhibit "A", the City
desires to enter into an agreement with EAC Consulting, Inc., as attached hereto as
Exhibit "B", to complete the Engineering Design for NW 131st Street between NW 31st
Avenue and NW 32 Avenue for Roadway Reconstruction, including drainage and 8 -inch
DIP watermain, in an amount not exceed One Hundred Eighty -Six Thousand, Six
Hundred Fifteen Dollars ($186,615.00); and
Resolution No. 21-9883
WHEREAS, the City Commission finds that it is in the best interest of the City and
its residents to enter into an agreement with EAC Consulting, Inc. for Continuing
Professional Architectural and Engineering Consulting Services as set forth herein.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF OPA LOCKA, FLORIDA:
Section 1. RECITALS ADOPTED.
The recitals to the preamble herein are incorporated by reference.
Section 2. AUTHORIZATION
The City Commission of the City of Opa-Locka hereby authorizes the City Manager to
enter into an agreement, as attached hereto as Exhibit "B", with EAC Consulting, Inc.
for continuing professional architectural and engineering consulting services to
complete the Engineering Design for NW 131st Street between NW 31st Avenue and NW
32 Avenue for Roadway Reconstruction, including drainage and 8 inch DIP watermain,
in an amount not exceed One Hundred Eighty -Six Thousand, Six Hundred Fifteen
Dollars ($186,615.00).
SECTION 3. SCRIVENER'S ERRORS.
Sections of this Resolution may be renumbered or re -lettered and corrections of
typographical errors which do not affect the intent may be authorized by the City
Manager, or the City Manager's designee, without need of public hearing, by filing a
corrected copy of same with the City Clerk.
Section 4. EFFECTIVE DATE.
This Resolution shall be effective immediately upon adoption hereof and approval by the
Governor of the State of Florida or Governor's designee.
PASSED and ADOPTED this 14th day of July, 2021.
TTEST:
nna Flores, City Clerk
Matthew A. Pigatt, Mayor
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
CZ.1111 g. (/,
Burnadette Nor ie eks, P.A.
City Attorney
2
Resolution No. 21-9883
Moved by: Commissioner Taylor
Seconded by: Commissioner Davis
VOTE: 4-0
Commissioner Taylor YES
Commissioner Burke ABSENT
Commissioner Davis YES
Vice -Mayor Williams YES
Mayor Pigatt YES
3
City of Opa-locka
Agenda Cover Memo
Department
Director: Airia
Austin
Department
Director
Signature:
'�� ''
`
City
Manager: •
John E. Pate
CM Signature:
Commission
Meeting
Date:
07/14/2021
Item Type:
(EnterX in box)
Resolution
$ : i ' 1
: i ce
Other
g
Fiscal
Impact:
(EnterXin box)
Yes
No
Ordinance Reading:
(EnterXin box)
11, ' eading
2°d Reading
X
Public Hearing:
(EnterXin box)
Yes
No
Yes
No
X
X
Funding
Source:
Account# :
(Enter Fund & Dept)
Ex:
See Financial
Impact Section
Advertising Requirement:
(EnterXin box)
Yes
No
x
Contract/P.O.
Required:
(Enter X in box)
Yes
No
RFP/RFQ/Bid#:
X
Strategic
Plan Related
(Enter X in box)
Yes
No
Strategic Plan Priority
Enhance Organizational
Bus. & Economic Dev
Public Safety
Quality of Education
Qual. of Life & City Image
Communication
Area:
El
l]
No
Strategic Plan Obj./Strategy:
(list the specific objective/strategy this
item will address)
X
•
•
I]
Sponsor
Name
City Manager
Department:
City Manager
Short Title:
Engineering Design for Roadway, Water Distribution and Drainage Reconstruction for
NW 131 Street between NW 31 Avenue & NW 32 Avenue
Staff Summary:
EAC Consulting Inc. is one of the consultants selected and approved by the City Commission through
Resolution 20-9767 to be part of the City's Library of Licensed Architects and Engineers to provide
Architectural and Engineering Consulting Services.
Staff reached out to the consultant to submit a scope and fee proposal for engineering design for NW 131St
Street between NW 31 Avenue & NW 32 Avenue to reconstruct the roadway, including drainage and 8 -inch
DIP watermain.
EAC Consulting Inc. will provide preliminary design, design services, and permitting for the complete
reconstruction of the existing roadway, including drainage and replacement of approximately 650 linear feet
of an existing 6 -inch watermain with an 8 -inch diameter water main. The project limits will be within the right-
of-way of NW 131St Street between NW 31st Avenue and NW 32nd Avenue.
Financial Impact
Account
Description
Available
Project
Remaining
Balance
44-543638
NW 131 St. - Roadway
$40,000
$27,992
$12,008
43-543638
NW 131 St. - Drainage
$166,000
$149,292
$16,708
75-543638
NW 131 St. - Water
$9,331*
$9,331
-
* To be funded by Budget Amendment #4. Currently unfunded.
Staff recommends the City Commission approve the proposal provided by EAC Consulting Inc.
Attachment:
1. Agenda
2. Proposal provided by EAC Consulting Inc.
3. RFQSpeclfic Project Contract with EAC Consulting Inc
4. E -Verify Form
A
E,.-.`
EAC Consulting, Inc.
March 25, 2021
Mr. Airia Austin, Public Works Director
City of Opa-locka
780 Fisherman Street, 4th Floor
Opa-locka, FL. 33054
Re: City of Opa-locka Engineering Consulting Services Agreement RFQ No. 20-0324200
Scope and Fee Proposal for Engineering Design for NW 131st Street (between NW 31St Avenue
and NW 32nd Avenue) Roadway Reconstruction and Drainage
EAC Project No. 20022.LD01-04
Dear Mr. Austin:
Pursuant to your request, EAC Consulting, Inc. (EAC) has prepared the following scope and fee proposal to
prepare engineering design for the NW 131st Street (between NW 30th Avenue and NW 32"d Avenue) Roadway
Reconstruction and Drainage. The general scope of the project includes engineering design services for the
complete reconstruction of the existing roadway, including drainage and 8 -inch DIP watermain.
Our services on this project will be supported by our subconsultants:
• Premiere Design Solutions, Inc. (PDS) — Surveying and Mapping and Subsurface Utility Engineering (SUE)
• Professional Service Industries/Intertek, Inc. (PSI) — Geotechnical Engineering Services
• Smart Sciences, Inc. (SSI) — Environmental Site Assessments
• Grace Professional Solutions, LLC (GPS) — Project Coordination
The anticipated scope of work is as itemized within Attachment 1. We are of the understanding that the work
will be undertaken in full compliance with the contract requirements executed by the City Commission.
Please find enclosed the following attachments to this letter:
Attachment 1— Scope of Services
Attachment 2 — Fee Schedule Summary
Attachment 3 — Subconsultant's Proposals
The following information will be required for us to commence engineering services.
Written authorization to proceed with services (Work Order and/or Official Correspondence)
Please feel free to call me at 305-265-5400 with any questions you may have.
Sincerely,
EAC Consulting, Inc.
deife, P.E.
Senior Vice President
cc: File; Donna Grace, P.E
5959 BLUE LAGOON DRIVE • SUITE 410 • MIAMI, FL 33126 • 305.265.5400
eacconsult.com
ATTACHMENT 1
SCOPE OF SERVICES
Engineering Design for NW 1315t Street (between NW 31st Avenue and NW 32nd Avenue)
Roadway Reconstruction and Drainage
EAC's specific scope of work will include:
EAC will provide preliminary design, design services, and permitting, for the complete reconstruction of the
existing roadway, including drainage, replacement of approximately 650 linear feet of an existing 6 -inch water
main with an 8 -inch diameter water main. The project limits will be within the right-of-way of NW 131st Street
between NW 31St Avenue and NW 32nd Avenue (See Figure 1).
Figure 1
NW 131st Street Roadway Reconstruction Project Limits
Specifically, EAC will develop and deliver the following tasks:
TASK 1- PROJECT MANAGEMENT AND PRE -DESIGN ENGINEERING COORDINATION SERVICES
1.1 Project Kick -Off Meeting
EAC will coordinate a project kick-off meeting with the City within two (2) weeks after receiving notice -to -
proceed. The purpose of this task is to initiate the project, which includes identifying project protocols,
establishing coordination between EAC Consulting, Inc., and City of Opa-locka's staff, collection of all available
data such as as -built drawings from the City, and establishing schedules for the submission and reviews of phased
submittals.
Page 2 of 7
1.2 Project Management
EAC will provide Project Management and Administration services that will comprise of contract administration,
preparation of invoices, coordination with project staff and subconsultants, monitoring the project's progress
and attendance at meetings.
1.3 Data Collection, Review and Site Visit
EAC will collect all available data such as as -built drawings from the City and will also visit the project site to
identify and verify any above -ground infrastructure or field conditions that may affect design.
1.4 Utility Coordination
EAC shall contact all existing utility owners, as identified by Sunshine State One Call of Florida (SSOCOF) based
on the referenced project limits. EAC will request copies of as -built information related to facilities located
within the project's limits, if available.
1.5 Topographic Surveying and Mapping
Premiere Design Solutions, Inc. will provide topographic surveying services. The survey will include right-of-way
information along the project's limits as well as to locate all above -ground topographic features. In addition, a
boundary survey will be performed along the project alignment. Specific scope of services can be found in PDS's
fee proposal (attached).
Deliverables
• Electronic copies of Digitally Signed and Sealed Certified Topographic Survey files in pdf and AutoCAD
format.
1.6 Subsurface Utility Engineering
Premiere Design Solutions, Inc. will provide subsurface utility engineering services based on information
provided by SSOCOF. Utilities identified by SSOCOF that appear to potentially conflict with the proposed work
will be test -holed to verify their location. A total of five (5) test holes have been budgeted for this activity. Specific
scope of services can be found in PDS's fee proposal (attached).
Deliverables
• Electronic Certified Subsurface Utility Engineering report (signed and sealed)
1.7 Geotechnical Engineering
PSI/Intertek, Inc. will provide geotechnical engineering services. These services will include desktop review of
available information, field exploration consisting of drilling and sampling of subsurface materials and
observation of current groundwater levels, laboratory testing and performing engineering analysis to provide
geotechnical recommendations for the project. Subsurface soil samples will consist of two (2) 10 -foot Standard
Penetration Test borings, two (2) Percolation Tests at depths of 15 feet, soil profile analysis and bore log
information. Specific scope of services can be found in PSI's fee proposal (attached).
Deliverables
• Electronic Certified Geotechnical Report (signed and sealed)
1.8 Environmental Site Assessment
Smart Sciences, Inc. will provide Phase I Environmental Site Assessment (ESA) along the proposed alignment and
the adjacent properties. The Phase I ESA will include a review of public records, interviews with local agencies,
and a site and vicinity reconnaissance. Depending on the results of the Phase I ESA, this fee proposal includes an
Optional Phase II ESA scope for field sampling at 4 locations on the north and south sides of NW 131St Street via
Page 3 of 7
temporary groundwater monitoring wells for screening for organic vapors. Specific scope of services can be
found in Smart Science's fee proposal (attached).
Deliverables
• Electronic Phase I Environmental Site Assessment report in pdf format
• Electronic Phase II Environmental Site Assessment report in pdf format (optional)
TASK 2 — DESIGN SERVICES
The design plans shall comply with standards of the Miami -Dade Department of Transportation and Public Works
(DTPW), applicable City standards, and Miami -Dade Water and Sewer Department standards. Submittals will be
made to the City for review at the completion of the 60% and 100% design phase. The drainage design assumes
a full onsite retention system is permissible by DERM. However, if due to in -situ conditions a positive outfall
system design is required, EAC shall provide supplemental services design proposal to the city for review and
approval.
The plans / drawings of the Phases shall include:
1. Project Identification and Title Sheet
2. Index of Plans / Drawings Sheets
3. Construction Notes and General Project Information Sheet(s)
4. Tabulation of Quantities / Summary of Pay Item Sheet(s)
5. Horizontal Control / Project Layout Sheet(s)
6. Typical Sections (illustrating pavement design in accordance with Miami -Dade DTPW and/or
geotechnical recommendations)
7. Summary of Drainage Structures Sheet(s)
8. Roadway and Drainage Plan and Profile Sheets (incorporating roadway and storm water collection /
disposal infrastructure)
9. Roadway and Drainage Miscellaneous Details Sheet(s), as applicable
10. Signing and Pavement Marking Sheet(s)
11. Potable Water and Sanitary Sewer Construction Notes
12. Potable Water and Profile Sheets (including Fire Hydrant relocations)
13. Potable Water Construction Details Sheet(s)
Deliverables
1. One (1) electronic copy in pdf format of the 60% Design (Drainage report, Design Plans, Technical
Specifications outline and 60% level Opinion of Probable Construction Cost)
2. One (1) electronic copy in pdf format of the 100% Construction Documents (Design Plans, Technical
Specifications and 100% level Opinion of Probable Construction Cost)
TASK 3 — PERMITTING AND APPROVALS
EAC shall prepare the required permit packages, including engineering plans and completing permit applications
for submission of the 100% Design Plans to the relevant permitting agencies. The City will be responsible for
providing permit application fees for each agency by check or credit card. Permitting agencies are anticipated to
include the City of Opa-locka Building Department, City of Opa-locka Public Works Department, Miami -Dade
Water and Sewer Department, Miami -Dade Department of Regulatory and Environmental Resources (MD-RER)
and the Florida Department of Environmental Protection (FDEP).
Deliverables
Applicable design -related permits and approvals
Page 4 of 7
SCOPE OF SERVICES EXCLUSIONS AND ASSUMPTIONS
Additional scope of services includes but is not limited to the following items.
1. Fee proposal assumes no contaminated soils are in the immediate area of NW 131st Street and
permitting agency allows use of French drains.
2. No hydraulic analyses or modeling services are included in this proposal.
3. Legal description provided does not constitute a full legal document for easement recording. The City is
required to prepare legal document, conduct negotiations with landowner(s), and record easement
documents.
4. Proposed mains will be installed by open cut trench methods. This proposal does not include any
trenchless design or subaqueous design services.
5. If necessary, Soil and Groundwater contamination mitigation or remediation services will be dealt with
by others and is not included in these services.
6. Permit/Approval fees when required will be provided by the City.
7. No de -mucking design, plans and technical specifications is included in the scope of work.
8. Front end documents for the bid package will be the responsibility of the City of Opa-locka Procurement/
Purchasing Department.
9. No Bid and Award services are included in the scope of work.
10. Utilities shown on the plans will be as identified through Sunshine State One CaII of Florida.
11. No public involvement services or community outreach services are included in this scope of services.
12. This project's scope of service does not include services related to Construction Engineering Inspection
(CEI), Construction Engineering Observation (CEO) or Construction Administration (CA).
13. EAC will not be responsible for services related to Joint Participation Agreement (JPA) between the City
and any utility entity or any other agency within the project limits.
Page 5 of 7
ATTACHMENT 2
FEE SCHEDULE SUMMARY
Engineering Design for NW 131x` Street (between NW 31st Avenue and NW 32"d Avenue)
Roadway Reconstruction and Drainage
Our lump sum fee proposal breakdown covers our professional services compensation derived based on the
scope described in this fee proposal response. We have organized our fee structure consistent with the
approach to the services descended in our scope items. Our fee structure proposed for this development
project is structured as follows:
Task
Description j t
� Urlit
Fees
1
Project Management and Administration
LS
$ 6,730
2
60% Design Phase
LS
$ 57,890
3
100% Design Phase
LS
$ 72,455
4
Permitting and Approvals
LS
$ 12,465
Reimbursables — Surveying, Subsurface Utility
Engineering (SUE), Geotechnical, Phase I Environmental,
Project Coordination Services
LS/NTE
$ 22,075
TOTAL FEE
$ 171,615
Optional Services
Phase II Environmental Site Assessment
LS
$ 15,000
TOTAL FEE (including Optional Phase II
$ 186,615
Page 6 of 7
ATTACHMENT 3
SUBCONSULTANT'S FEE PROPOSALS
Engineering Design for NW 131st Street (between NW 31st Avenue and NW 32"d Avenue)
Roadway Reconstruction and Drainage
Page 7 of 7
PREMIERE DESIGN SOLUTIONS, INC
1065 NE 125 Street, Suite 211-B, North Miami, FL 33161
Tel: (786) 505-7850 Fax: (954) 337-2332
March 22, 2021
Ms. Donna Grace, PE
Senior Project Manager
EAC Consulting, Inc.
5100 NW 22 Avenue, Suite 243
Fort Lauderdale, FL 33309
Ph: 954-714-2000 - Cell: 954-646-4943
dgrace@eacconsult.com
REF: Professional Land Surveying Services
City of Opa-Locka NW 131 Street (NW 31 to NW 32 Avenue) — Topographic Survey
City of Opa-Locka, Miami -Dade County, Florida, PDS Project No. 20210008
Dear Ms. Grace,
Premiere Design Solutions, Inc. (PDS) is pleased to submit this proposal to EAC Consulting, Inc. (Client)
for the preparation of Specific Purpose Topographic Survey, for the referenced roadway segment within
the City of Opa-Locka (Owner). The specific purpose survey will be used for the preparation of Civil
Design Improvements to be performed by Client.
The project site consists of about 750 LF of a two-lane undivided roadway known as NW 131 Street
from NW 31 Avenue to NW 32 Avenue. The roadway appears to have a 50 ft Right of Way and is in
very bad conditions, where almost no asphalt is visible and appears to be dirt roads through industrial
area. The figure below shows the general location of the project area:
PREMIERE DESIGN SOLUTIONS, INC
1065 NE 125 Street, Suite 211-B, North Miami, FL 33161
Tel: (786) 505-7850 Fax: (954) 337-2332
The scope of work of this proposal includes all the necessary field and office work to complete specific
purpose topographic survey as described in this proposal. Survey will include ROW to ROW surveys of
this city street segment, including elevations cross section elevations at every 50', collection of all above
ground features and pavement markings within survey area, and shall extend within private property
where accessible as shown in the image below. Survey includes 300 LF of roadway survey along all
cross streets, up to 50' beyond the point of curvature PC of the intersection, for a total surrey length
of 1,050 LF of roadways. In addition, survey will include pavement markings, ROW lines, existing
platted easements, all information of sanitary sewer and drainage structures in survey area visible at
the time of survey, benchmarks and all above ground features including fire hydrants, walls, curbs, etc.
SCOPE OF SERVICES
In order to meet the Client's need for this project, PDS will need to complete the following tasks:
Task No. 1— Specific Purpose Topographic Survey
This task includes to prepare a Specific Purpose Topographic Survey of the Roadway segment described
above, roughly including NW 131 Street from NW 31 Avenue to NW 32 Avenue and 50' at each
intersecting street in all directions. Survey will show all driveways/pavements/obstacles adjacent to
the roadways and obtain elevation data at every 50' or less. The survey will meet all the current
surveying requirements of the Board of Professional Surveyors and Mappers of the State of Florida as
defined in the "Standards of Practice" in Chapter 5J-17 Florida Administrative Code.
The survey will include as a minimum:
1. Above ground utilities and structures: pull boxes, curbs, poles, overhead lines (no height data), water
meters, mailboxes, parking meters, decorative pavement, pavers, pavement markings including
crosswalks, driveways and other significant above ground features, within the Survey Limits.
2. Collect elevation cross sections along the corridor at every 50' intervals. Elevations shots to include
crown of road, edge of pavement, front of walk, back of walk, driveways and ramps and center of swale
up to 10' beyond right-of-way into private properties where possible or as shown in the image above.
3. Lot Lines, easements, roadway centerline and right-of-way lines (per plat records), including bearings
and dimensions and right-of-way width.
4. Obtain rim elevations of all drainage and sanitary sewer structures within the Survey Limits,
including bottom elevation, invert size, invert elevation, & invert direction including pump station and
last sanitary sewer manhole.
5. Location of trees will be shown (height and spread will not be measured).
6. Point data will be provided for Digital Terrain Model (DTM).
7. Elevations will be referenced to the NAVD of 1988 Vertical Datum, with accuracy as 2/100' as
provided by GPS Rover Data Collection equipment, and will include conversion factor to NGVD 1929.
8. Project Horizontal Datum will be referenced to NAD 83/2011.
Deliverables of this task will be made electronically in PDF and AutoCAD file formats as applicable, and
with digital signature.
PREMIERE DESIGN SOLUTIONS, INC
1065 NE 125 Street, Suite 211-B, North Miami, FL 33161
Tel: (786) 505-7850 Fax: (954) 337-2332
Task No. 2 — Underground Utility Designation and Soft Digs
PDS will Provide underground utility location and utility designation services through this task, including
Level "B" underground utility location according to ASCE SUE procedures adopted by Federal Highway
Administration. It is anticipated that Owner or Client will provide a sketch or drawing indicating the
utilities that they need located. With this information, PDS will call and excavation ticket to Sunshine
State One Call of Florida to have area painted by locator companies. Then, PDS will visit the site and
utilize GPR and Electronic Induction equipment to scan and tone up the lines, which will be color coded
according APWA Uniform Color Codes with spray paint or flags on the field.
Through this task, PDS will then schedule 5 soft digs to be released at the same time. Soft digs will be
performed with vacuum and manual excavation methods and avoid the use of heavy equipment that
could damage pipes. Top of pipes or conduits will be exposed if found, and observations and
measurements will include top of pipe elevation, location, size, material and direction as visible from
the surface. A report will be generated with all information found.
Finally, the area will be restored by returning excavated material into soft dig and topped with cold
patch asphalt or compacted soil to match adjacent area. Upon completion of soft dig, the soft dig
location will be collected using survey grade equipment and accuracy to obtain accurate location of soft
digs. Coordinate locations will be included in the soft dig reports. Please note that GPR readings below
the water table are not reliable and especially in salt water areas, therefore non-metallic utilities under
water table may not be able to be identified. Also, for best results, GPR equipment needs a level surface.
PROPOSED COST OF SERVICES
PDS can complete task one described in the scope of services for a lump sum as follows:
Task 1 $ 4,725.00 (Survey)
Task 2 $ 2,500.00 (Up to 5 Soft Digs)
Total $ 7,225.00
Work will be invoiced based on percent complete as approved by the Client.
PROPOSED TIME SCHEDULE
PDS can complete task one described above in the time frame specified below.
Task 1 2 Weeks
Task 2 1 Week
Total 3 Weeks
PREMIERE DESIGN SOLUTIONS, INC
1065 NE 125 Street, Suite 211-B, North Miami, FL 33161
Tel: (786) 505-7850 Fax: (954) 337-2332
We value the opportunity to provide our professional services on this exciting project. If you decide to
accept this proposal, please sign below and return an executed copy to our office. If you have any
questions please call us at (954)-237-7850.
Sincerely,
PREMIERE DESIGN SOLUTIONS, Inc.
Luis J. Jurado, P.E.
President
Cost of these services are: $7,225.00 Lump Sum
CONTRACT AGREEMENT ACCEPTANCE
Premiere Design Solutions, Inc.
Date:
By:
Name: Luis J. Jurado, P.E.
Title: President
EAC Consulting, Inc.
By: Date:
Name:
Title:
3-22-2021
PREMIERE DESIGN SOLUTIONS, INC
1065 NE 125 Street, Suite 211-B, North Miami, FL 33161
Tel: (786) 505-7850 Fax: (954) 337-2332
Exclusions
1. No permitting services are included.
2. No design services are included.
3. No tree survey or relocation plans are included.
4. Not a Boundary Survey.
5. FEMA Flood Information not included.
6. Services that are not mentioned as part of the exclusions and are not described in the scope of
services are not included.
7. No Legal description or sketches will be provided.
If requested by the Client, PDS can provide a proposal for the items not included in the scope of services.
Contract Terms and Agreements
1. Client and/or Owner shall coordinate and assist Survey Crew to obtain access to private
properties.
2. This contract agreement is for a lump sum contract. Additional work, if approved by owner,
performed under the scope of services will be billed on a time -spent basis per our current
schedule of fees at time of work execution.
3. Invoices are due net thirty days from invoice date.
4. Any invoices past due more than 30 days will accrue a 1.5% interest per month fee.
5. Client shall provide drawings or sketches detailing project area extents.
tntertek
Revised March 22, 2021
EAC Consulting, Inc.
5100 NW 33 Avenue, Suite 243
Fort Lauderdale, Florida 33309
Attn: Ms. Donna Grace, P.E. — Senior Project Manager
(954) 714-2007
dgrace@eacconsult.com
Re: Proposal for Geotechnical Engineering Services
NW 131st Street
Between NW 31st Avenue and NW 32"d Avenue
Opa-Locka, Florida
PSI Proposal No. 0397-120120B
Dear Ms. Grace:
Professional Service Industries, Inc.
7950 N.W. 64th Street
Miami, FL33166
Office: (305) 593-1915
Professional Service Industries, Inc. (PSI), an Intertek company, is pleased to submit a proposal to conduct a
geotechnical exploration and data report for the rehabilitation of NW 131st Street between NW 31st Avenue
and NW 32nd Avenue in Opa-Locka, Florida. PSI thanks you for the opportunity to propose these geotechnical
services and looks forward to being part of the design team. A review of project information, along with a
proposed scope of services, schedule and fee are provided below which includes revision to the number of
proposed boring locations.
See below for Google Earth (2021) Aerial photograph of the site vicinity and project area in red:
FIGURE -1: SITE VICINITY
FIGURE -2: SUBJECT PROPERTY
NW 131st Street Between NW 31st Ave and NW 32"d Ave, Opa-Locka, FL Revised March 22, 2021
PSI Proposal No. 0397-120120B Page 2 of 10
PROJECT UNDERSTANDING
Based on PSI's review of the information provided by EAC Consulting, Inc., a summary of our understanding
of the proposed project is provided below in the following Project Description table.
TABLE 1: PROJECT DESCRIPTION AND PROPOSAL BASIS
Project Items
E- xisting Grade Change within Project
Site
Pavement for Road
Rehabilitation of existing road
± Two feet estimate (Google Earth Pro)
Flexible pavement
Preliminary pavement structural information was not available at the time of our proposal; if the indicated
descriptions above change, PSI needs to be informed to make the required modifications and recalculate
foundation analyses.
The following table provides a generalized description of the existing site conditions based on available
information.
Site Location
Site History
TABLE 2: SITE DESCRIPTION
Existing Site Ground Cover
Site
Boundaries/Neighboring
Development
Site Access
Latitude: 25°53'36.50"N; Longitude: 80°14'58.46"W
Based on our review of Google Earth Pro Aerial Photographs from 1994
through 2020, the site appears to have been developed with the existing
road.
Pavement and grass.
North and South boundaries: Existing commercial properties.
East and West boundaries: Existing streets.
Site appears to be accessible to truck -mounted drilling equipment.
Should the above information be inconsistent with planned construction, Ms. Grace should contact the PSI
office and allow necessary modifications to be made to the proposal.
SCOPE OF SERVICES
The geotechnical engineering scope of services will include the following items.
• Desktop review of generally available public information, i.e., NRCS, USGS databases.
• Field exploration consisting of drilling and sampling of the subsurface materials and observation
of current groundwater levels at the site.
• Laboratory testing of the subsurface materials
• Performing engineering analysis and providing geotechnical recommendations in written report
format.
NW 131't Street Between NW 31st Ave and NW 32nd Ave, Opa-Locka, FL Revised March 22, 2021
PSI Proposal No. 0397-120120B
Page 3 of 10
Field Exploration
PSI proposes that the subsurface conditions be explored by two Standard Penetration Testing (SPT) soil
borings and Two percolation testing, as requested by EAC Consulting, Inc on email dated March 22, 2021,
following the provided PSI drilling program. The table below summarizes our exploratory boring program and
the figure that follows depicts our proposed boring locations. Due to its proximity to the project, we will
include also one boring from PSI Geotechnical Report dated May 21, 2015, in our geotechnical evaluation.
TABLE 3: SUMMARY OF BORINGS
Design Element
Number of Boring Depth Drilling Footage
Borings (ft) (feet)
Roadway (includes percolation tests)
TOTAL:
2
2
10
20
20
FIGURE-3:PROPOSED BORING LOCATION PLAN
The borings locations will be identified in the field using available natural landmarks or GPS coordinates.
Surveying of the boring locations to obtain surface coordinates and elevations is beyond the scope of work.
References to depths of various subsurface strata will be based on depths below existing grade at the time of
drilling. See below for a list of field activities and table of our exploration description.
• During the field activities, the subsurface conditions will be observed, logged, and visually
classified. Field notes will be maintained to summarize soil types and descriptions, water levels,
changes in subsurface conditions, and drilling conditions.
• Final depths of the borings may be extended (because of weak/soft soils) or reduced (because of
refusal) depending on the subsurface materials identified during field activities.
• PSI will contact Local Utility Clearance Entity, i.e., Sunshine 811 prior to the start of drilling
activities. It is our experience that these companies do not mark the locations of privately -owned
utilities. This proposal is based on private utility lines and other subsurface appurtenances are
located in the field by others prior to field activities.
• PSI will exercise reasonable caution to avoid damages to underground utilities by contacting local
utility companies prior to the field activities. However, private utility locations are often unknown
by public utility companies and by the utility owners. Therefore, PSI will not be responsible for
damage to the site or any buried utilities that are not made known to us.
• Some damage to the ground surface may result from the drilling operations near the work areas
and along ingress/egress pathways. The field crew will attempt to limit such damage, but no
Drilling Equipment
Drilling Method
Field Testing
Sampling Procedure
Sampling Frequency
NW 131st Street Between NW 31st Ave and NW 32nd Ave, Opa-Locka, FL
PSI Proposal No. 0397-120120B
Revised March 22, 2021
Page 4 of 10
restoration other than backfilling and grouting the borings is included in this proposal. Excess
auger cuttings and drilling spoils would be spread on the site.
TABLE 4: ANTICIPATED FIELD EXPLORATION DESCRIPTION
Truck -mounted drilling equipment
Mud rotary
Frequency of Groundwater Level
Measurements
Boring Backfill Procedures
Sample Preservation and
Transportation Procedure
Standard Penetration Testing (ASTM D1586)
Soils: ASTM D1587/1586
Continuously to a depth of 10 Feet and at 5 -Foot intervals
thereafter
During drilling
Soil cuttings and grouting
General accordance with ASTM D4220
The field exploration program will be performed in general accordance with the designated ASTM procedures
considering local and regional standard of care practices.
Laboratory Testing
Representative soil samples obtained during the field exploration program will be transported to the PSI
laboratory for testing. The nature and extent of this laboratory testing program will be dependent upon the
subsurface conditions identified during the field exploration program. The laboratory program will be
performed in general accordance with the applicable ASTM procedures considering local and regional
standard of care practices. The laboratory program may include the following tests.
TABLE 5: LABORATORY TESTING GENERAL PROCEDURES
Laboratory Test Applicable ASTM/FM Procedures
Visual Classification
Organic Content
Moisture Content
Material Finer than No. 200 Sieve
ASTM D2488
ASTM D2974
ASTM D2216
ASTM D1140
Portions of any samples that are not altered or consumed by laboratory testing will be retained for 30 days
after the issuance of the geotechnical report and will then be discarded.
Engineering Analyses and Data Report
The results of the field exploration and laboratory testing will be used in the engineering analysis. The results
of the subsurface exploration, including the recommendations and the data on which they are based, will be
presented in a written geotechnical data report. The geotechnical report may include the following items:
• General soil profile description
• General site development and subgrade preparation recommendations.
• Provide hydraulic conductivity rates.
NW 131st Street Between NW 31st Ave and NW 32nd Ave, Opa-Locka, FL Revised March 22, 2021
PSI Proposal No. 0397-120120B Page 5 of 10
A pdf version of the geotechnical report will be prepared and submitted by email to EAC Consulting, Inc. and
design team. If requested by EAC Consulting, Inc., additional hard copies can be provided. The geotechnical
report will be reviewed, signed, and sealed by a registered Professional Engineer in the State of Florida.
SCHEDULE
Based on the site accessibility, drilling can commence within approximately one week after receipt of
authorization to proceed, weather permitting. The final report will be provided within three weeks of written
authorization. If desired, preliminary geotechnical design information can be provided to the design team
once the laboratory testing and engineering analyses are complete.
Delays sometime occur due to adverse weather, utility clearance requirements, site clearing requirements
for drill rig access, obtaining drilling permits, obtaining Right of Entries and other factors outside of PSI's
control. In this event, PSI will communicate the nature of the delay and provide a revised schedule as soon as
possible.
FEE
PSI proposes that the fee for performance of the scope of services be charged on a lump sum basis. Based on
the scope of services provided in this proposal, the lump sum fee will be $4,900.00.
Depending on the size of the project and project schedule, partial billing may be performed monthly based
on Project Item progress to date prior to the completion of the final report.
The estimated fee is based on the boring locations being accessible to truck mounted drilling equipment and
the client obtaining and providing permission for PSI to enter and access the site.
It should be noted that fees associated with locating private underground utilities, reviewing construction
drawings, executing traffic control services, preparing construction specifications, attending special
conferences, providing environmental consulting, and any other work requested after submittal of the report
is not included in the proposed fee.
AUTHORIZATION
PSI will proceed with the work based on written authorization. The work will be performed pursuant to the
attached General Conditions, enclosed and incorporated into this proposal.
Please sign and return one copy of this proposal. When returning the proposal, please complete the attached
Project Data Sheet, and provide a scaled site plan so that PSI may best serve the project. By executing this
authorization, permission is being provided for PSI to access the project site.
NW 1315' Street Between NW 31st Ave and NW 32nd Ave, Opa-Locka, FL Revised March 22, 2021
P5! Proposal No. 0397-120120B Page 6 of 10
CLOSING
We at PSI appreciate the opportunity to offer professional services for this project and look forward to being
part of the design team. If there are any questions, please feel free to contact us at your convenience.
Respectfully submitted,
PROFESSIONAL SERVICE INDUSTRIES, INC.
(4, r
Lucrece E. Regisme
Staff Engineer — Geotechnical Services
lucrece.regisme@intertek.com
Attachments: Proposal Authorization and Payment Instructions
Project Data Sheet
General Conditions
LER/JNG/ler
Jose N Gomez, PE, D.GE
Chief Engineer — Geotechnical Services
jose.n.gomez@intertek.com
10
S
December 1, 2020
Donna Grace
EAC Consulting, Inc.
5100 NW 33rd Avenue #243
Fort Lauderdale, Florida, 33309
MART -SCIENCES
Environmental Consulting
Subject: Proposal for Phase I and II Environmental Site Assessment
NW 131st Street between NW 319` Avenue & 32°d Avenue (662 linear feet)
Opa-Locka, Miami -Dade County, Florida
Smart -Sciences Proposal No. 028-035-P
Dear Ms. Grace:
Smart -Sciences, Inc. (Smart -Sciences) is pleased to submit this proposal to EAC Consulting (Client) for
conducting a Phase I Environmental Site Assessment (Phase I ESA) of a portion of NW 131st Street located
in between NW 3190 Avenue and NW 32nd Avenue (Site) in Opa-Locka, Miami -Dade County, Florida.
Included in the proposal is a summary of germane project information as understood by Smart -Sciences,
the proposed scope of services, fees, schedule, and authorization procedures.
Background Information
The Site consists of approximately 662 linear feet of roadway located at NW 131s` Street between NW 31st
Avenue & 32nd Avenue, Opa-Locka, Miami -Dade County, Florida. The Site consists of a two-lane roadway
in disrepair. Based on preliminary review of online databases the Site does not contain any contamination
related documents; however, there a several contamination monitoring sites adjacent to the project area, that
will need to be reviewed as part of this Phase I ESA.
It is our understanding that the Client plans to improve the roadway for commercial/industrial use.
Proposed Scope of Services
Our approach to performing a Phase I ESA includes a review of public records, interviews with appropriate
local agencies and other appropriate entities, a site and vicinity reconnaissance and preparation of a written
report containing fmdings, opinions, and conclusions.
The most widely used standard for performing Phase I ESAs is the standard developed by the American
Society for Testing and Materials (ASTM) entitled E1527-13 Standard Practice for Environmental
Assessments: Phase I Environmental Site Assessment Process. Smart -Sciences proposes to use this standard
for this project. The ASTM E-1527-13 standard meets the intent of the Environmental Protection Agency's
(EPA's) All Appropriate Inquiry (AAI) reporting requirements.
330 Southwest 27th Avenue 1 Suite 504 1 Miami, Florida 33135 P: 786-313-39771F: 305.356.4333
www.Smart-Sciences.com
Proposal for Phase I and II Environmental Site Assessment
NW 13P Street between 31't Avenue & 32nd Avenue (±662 lin. ft.)
Opa-Locka, Miami -Dade County, Florida
Smart -Sciences Proposal No. 028-035-P
Task I — Phase I ESA
December 1, 2020
Page 2 of 6
Review of Public Record
A review of reasonably ascertainable and practically reviewable public records for the Site and the
immediate vicinity will be conducted to characterize environmental features of the site and to identify past
and present land use activities, which may indicate a potential for recognized environmental conditions
(REC), as defined in ASTM E-1527-13. Smart -Sciences will use the services of Environmental Data
Resources (EDR) to obtain and assimilate the results of an environmental regulatory list search for our
review. Review of the public record will include the following:
• Review of public records made available to us via web -based applications and database searches,
present and pending enforcement actions, and assessments at the site and within the immediate
vicinity. Smart -Sciences will complete a regulatory agency file and records review in
conformance with ASTME E1527-13, Section 8.2, including regulatory agency files and records
for the Site and adjoining properties.
• Review of the following reasonably ascertainable documents: aerial photographs, fire insurance
maps, street directories and topographic maps of the site and vicinity, as appropriate, for evidence
suggesting past uses that might have involved hazardous substances or petroleum products.
Site Reconnaissance
A site reconnaissance will be performed to identify obvious visual signs of past or existing contamination on
or adjacent to the site, and to evaluate evidence found in the review of public record that might be indicative
of activities resulting in hazardous substances or petroleum products being used or deposited on the site.
The site reconnaissance will include the following activities:
• An onsite survey of the Site will be conducted looking for signs of past or current activities which
could be cause for a REC to be identified.
• A visual reconnaissance of the study area and adjacent properties will be performed to observe
surface signs of spills, stressed vegetation, buried waste, underground or above ground storage
tanks, transformers, or unusual soil discoloration which may indicate the possible presence of
contaminants on the properties.
• Representative areas of the site will be photographed to document the current condition of the
property as well as relevant conditions such as unusual soil discoloration, stressed vegetation,
debris, construction remnants, or other pertinent features associated with the Site and surrounding
lands as might influence the Site.
330 Southwest 27th Avenue 1 Suite 504 ' Miami, Florida 33135 1 P: 786.313.3977 1 F: 305.356.4333
www.Smart-Sciences.com
Proposal for Phase 1 and II Environmental Site Assessment
NW 1318 Street between 31st Avenue & 32nd Avenue (±662 lin. ft.)
Opa-Locka, Miami -Dade County, Florida
Smart -Sciences Proposal No. 028-035-P
December 1, 2020
Page 3 of 6
Interviews
Smart -Sciences will attempt to conduct interviews with appropriate owners and local officials to request
local knowledge of hazardous substances or petroleum products within the study area or on adjacent
properties.
Written Report and Deliverables
Upon completion of the public record review, interviews, and site reconnaissance, we will provide a
written report for the project site that documents our findings. Our findings will be presented in terms of
the presence, or absence, of recognized environmental conditions as defined in ASTM E-1527-13.
However, a finding of "no evidence of recognized environmental conditions" should not be interpreted as
a guarantee or warranty that the property is "clean" or free of all contaminants. Recommendations of
response options to identified contamination issues will be provided upon request. Our fee includes
electronic delivery of the fmal reports for the project Site.
Smart -Sciences' report will be prepared on behalf of our Client for their exclusive use. If you wish to
have a third party rely on this report, that party must execute a Secondary Client Agreement (under which
the Client executing this agreement will become the Primary Client) with Smart -Sciences. Use of this
report for purposes beyond those reasonably intended by our Primary Client and Smart -Sciences will be
at the sole risk of the user.
Task 2 — Phase II ESA Screening (Optional)
Field Sampling
Typically Phase II sampling is designed based on the results of the Phase I ESA; however, Smart -
Sciences was requested to provide a scope and fees for Phase II sampling prior to conducting the Phase I
ESA. The focus of the sampling is for drainage that may be placed on the north and/ or south side of the
road. Therefore, our approach is to conduct sampling at two locations on the north and south sides of the
road for a total of four sample locations. This approach will likely need to be modified based on the
results of the Phase I ESA.
Smart -Sciences will provide oversight of the installation of up to four (4) soil borings and the installation
of up to four (4) temporary groundwater monitoring wells, placed at evenly spaced intervals along the
north and south sides of the project corridor, using a Geoprobe unit (i.e., direct push methodology). The
sampling regime will be adjusted as necessary to address RECs identified during the Phase I ESA
activities. The exact locations will be determined in the field and will be based on site accessibility and
underground utility locations. 811 Sunshine will be contacted to clear the underground utilities up to the
project corridor boundaries. Smart -Sciences will rely on these services and is not responsible for damages
or repair costs of utility lines for which the location is not indicated by client or its authorized affiliates.
330 Southwest 27t Avenue 1 Suite 5041 Miami, Florida 33135 I P: 786.313.39771F: 305.356.4333
www.Smart-Sciences.com
Proposal for Phase I and II Environmental Site Assessment
NW 131' Street between 31st Avenue & 32"d Avenue (1662 lin. ft.)
Opa-Locka, Miami Dade County, Florida
Smart -Sciences Proposal No. 028-035-P
December 1, 2020
Page 4 of 6
Soil samples will be collected in two -foot intervals to the soil/groundwater interface for field screening of
organic vapors using an organic vapor analyzer (OVA). One representative soil sample (soil sample with
the highest OVA reading, or at soil/water interface) will be collected from each soil boring for laboratory
analysis of volatile organic compounds (VOCs) by EPA Method 8260, total recoverable petroleum
hydrocarbons (TRPHs) by the FL -PRO Method, 8 Resource Conservation and Recovery Act (RCRA)
metals by EPA Method 6020, aluminum, and iron. Groundwater samples will be collected from the four
temporary monitoring wells for laboratory analysis of VOCs by EPA Method 8260, TRPHs by the FL -
PRO Method, 8-RCRA metals by EPA Method 6020, and aluminum and iron.
Note that the results of the Phase I ESA may alter the scope of the Phase II ESA screening sampling
regime and laboratory testing, as RECs have not yet been identified. Smart -Sciences will notify the
Client before incurring any additional costs. A site plan showing the approximate location of the areas to
be assessed will be provided to the Client for approval following the completion of the Phase I ESA.
The Phase II ESA Screening is not intended to be a comprehensive subsurface assessment of the entire
project corridor. The intent of the Phase II ESA Screening is to assist the Client in understanding the
implications of existing environmental concerns that may be present at the Site based on a reasonable
level of field exploration and on the laboratory analytical data obtained. If the laboratory analytical
results indicate that further assessment is required, Smart -Sciences will prepare a separate proposal to
address this task. No work outside the scope of work of this proposal will be conducted without the
expressed written approval of the client.
Report and Deliverables
Upon completion of the field activities and review of laboratory analytical results, Smart -Sciences will
provide a written report for the project corridor summarizing the field activities and laboratory analytical
results. Our fee includes electronic delivery of the final reports for the project corridor.
Smart -Sciences' report will be prepared on behalf of the Client and City of Opa-Locka for their exclusive
use. If you wish to have a third party rely on this report, that party must execute a Secondary Client
Agreement (under which the Client executing this agreement will become the Primary Client) with Smart -
Sciences. Use of this report for purposes beyond those reasonably intended by our Primary Client and
Smart -Sciences will be at the sole risk of the user.
Schedule
Task 1 Phase I ESA
The proposed scope of services presented for Task 1 can generally be completed within 20 business days
of written authorization to proceed and complete access to the property is provided. Please note that our
ability to complete the review of the public record within the project schedule often depends on the
availability of certain maps, records, etc. that we may want to review or availability of personnel to be
interviewed. If we experience difficulties in this regard, we will inform you in a timely manner and
330 Southwest 27th Avenue 1 Suite 504 1 Miami, Florida 33135 1 P: 786.313.3977 1 F: 305.356.4333
www.Smart-Sciences.com
Proposal for Phase I and II Environmental Site Assessment
NW 131 sr Street between 3181 Avenue & 32'1 Avenue (1662 lin. ft.)
Opa-Locka, Miami -Dade County, Florida
Smart -Sciences Proposal No. 028-035-P
December 1, 2020
Page 5 of 6
obtain your concurrence on extending the evaluation period, or terminating that aspect of the evaluation,
and preparing our report without the benefit of that information (either option will satisfy ASTM E1527-
13 requirements). ASTM E1527-13 states that information is "reasonably ascertainable" if it can be
provided for review within 20 days of the request.
Delivery of the Phase I ESA report is also dependent upon our receipt of the completed Client Supplied
Information Checklist and the User Questionnaire.
Task 2 Phase II ESA
Smart -Sciences will initiate scheduling with the environmental driller for soil boring installation and
temporary groundwater well installation within five business days of completion of the Phase I ESA.
Smart -Sciences will update the Client by electronic communication and by phone upon scheduling site
work. Standard turnaround time for laboratory analysis is seven business days. Once all necessary
sample results are obtained, Smart -Sciences will notify the Client, and a fmal report will be submitted
within 15 business days.
Cost of Services
Smart -Sciences can perform the above scope of services as detailed below.
Task
Fee
Task 1— Phase I ESA
$4,750.00 (lump sum)
Environmental Lien Report for each parcel (optional)
$300 (each)
Task 2 — Phase II ESA (incl. 4 soil samples and 4 shallow wells)
$11,925.00 (lump sum)
Formal Well Abandonment (if requested, incl. 4 shallow wells)
$1,675.00 (lump sum)
Note that the scope and fees for Task 2 will be dependent on the results of the Phase I ESA (Task 1).
Included are up to three hours of in -office communications such as conference calls with the Client and
project team. In -person meetings will be billed hourly in accordance with our fee schedule.
If unforeseen conditions should require services beyond the scope of services described herein, Smart -
Sciences will notify you of additional costs necessary to complete the project, prior to proceeding.
Services beyond those described herein would be invoiced in accordance with our standard schedule of
fees at the applicable rates. Please note that payment of our invoice is due upon receipt.
Deliverables will be provided electronically. If hard copy reports are required, production will be billed at
cost times 1.15.
Delivery of the report is also dependent upon our receipt of the completed Client Supplied Information
Checklist and the User Questionnaire.
330 Southwest 27th Avenue 1 Suite 504 1 Miami, Florida 33135 1 P: 786.313.3977 1 F: 305.356.4333
www.Smart-Sciences.com
Proposal for Phase I and II Environmental Site Assessment
NW 131st Street between 31st Avenue & 32idAvenue (±662 lin. ft.)
Opa-Locka, Miami -Dade County, Florida
Smart -Sciences Proposal No. 028-035-P
Authorization
Please provide a Services Agreement as our written authorization for this project.
December 1, 2020
Page 6 of 6
We appreciate the opportunity to offer our professional services on this project. If you have any questions
concerning this proposal, please contact our office at 786-313-3977.
Sincerely,
SMART -SCIENCES, INC.
,g4
Gisele L. Colbert, M.S.
Principal Scientist
Attachments: Client Supplied Information Checklist
User Questionnaire
Fee Schedule
in ` e _ ��Ir(,r�gC
(,
Meike de Vringer, M.S.
Project Scientist
11192.168.116.232Lrmart1DatalProposalslBy Client1Proposals 001 - 0351028-035-P EAC Opa-Locka NW 131st St between 31st & 32nd Ave Phase I
ESAIPhase III Proposal NW 131st St Between NW 31 to 32 Ave.doc
330 Southwest 27th Avenue I Suite 504 I Miami, Florida 33135 I P: 786.313.3977 IF: 305.356.4333
www.Smart-Sciences.com
. GRACE
�,-y PROFESSIONAL
.41j0. SOLUTIONS
11009 NW 81St Manor
Parkland, FL. 33076
(954) 646-4943
March 22, 2021
Mr. Michael Adeife, PE
EAC Consulting, Inc.
5959 Blue Lagoon Drive, Suite 410
Miami, FL. 33126
Re: Fee Proposal for Project Coordination for City of Opa-locka NW 1318t Street Roadway and
Drainage Project
GPS Project No. 2021-001-04
Dear Mr. Adeife,
Thank you for inviting Grace Professional Solutions, LLC (GPS) to provide Project Coordination services
for EAC Consulting, Inc. (EAC) for the City of Opa-locka's NW 131st Street (between NW 31st Avenue and
NW 32nd Avenue) Roadway Reconstruction and Drainage project. The general scope of the project includes
engineering design services for the complete reconstruction of the existing roadway, including drainage
and 8 -inch DIP watermain.
The services in our lump sum price proposal include coordination of the following tasks to be performed
by EAC for the City of Opa-locka:
1. Project Management and Administration
2. 60% and 100% Design Phase
3. Permitting and Approvals
Please feel free to call me at (954) 646-4943 with any questions you may have.
Sincerely,
Grace Professional Solutions, LLC
nna Grace, P.E.
Project Manager
SCOPE OF SERVICES
The following describes the elements of EAC's Scope of Services and identifies the
specific services that will be provided by Grace Professional Solutions, LLC for this
project where italicized:
Task 1 - Project Management, Administration and Pre -Design Engineering
Coordination Services
1.1 Project Kick -Off Meeting
EAC will coordinate a project kick-off meeting with the City within two (2) weeks after
receiving notice -to -proceed. The purpose of this task is to initiate the project, which
includes identifying project protocols, establishing coordination between EAC
Consulting, Inc., and City of Opa-locka's staff, collection of all available data such as as -
built drawings from the City, and establishing schedules for the submission and reviews
of phased submittals.
1.2 Project Management
EAC will provide Project Management and Administration services that will comprise of
contract administration, preparation of invoices, coordination with project staff and
subconsultants, monitoring the project's progress and attendance at meetings.
1.3 Data Collection, Review and Site Visit
EAC will collect all available data such as as -built drawings from the City and will also
visit the project site to identify and verify any above -ground infrastructure or field
conditions that may affect design.
1.4 Utility Coordination
EAC shall contact all existing utility owners, as identified by Sunshine State One Call of
Florida (SSOCOF) based on the referenced project limits. EAC will request copies of as -
built information related to facilities located within the project's limits, if available.
1.5 Topographic Surveying and Mapping
Premiere Design Solutions, Inc. will provide topographic surveying services. The survey
will include right-of-way information along the project's limits as well as to locate all
above -ground topographic features.
Deliverables
• Electronic copies of Digitally Signed and Sealed Certified Topographic Survey files
in pdf and AutoCAD format.
1.6 Subsurface Utility Engineering
Premiere Design Solutions, Inc. will provide subsurface utility engineering services based
on information provided by SSOCOF. Utilities identified by SSOCOF that appear to
potentially conflict with the proposed work will be test -holed to verify their location. A
total of ten (10) test holes have been budgeted for this activity. Specific scope of services
can be found in PDS's fee proposal (attached).
Deliverables
• Electronic Certified Subsurface Utility Engineering report (signed and sealed)
1.7 Geotechnical Engineering
PSI/Intertek, Inc. will provide geotechnical engineering services. These services will
include desktop review of available information, field exploration consisting of drilling
and sampling of subsurface materials and observation of current groundwater levels,
laboratory testing and performing engineering analysis to provide geotechnical
recommendations for the project. Subsurface soil samples will consist of four (4) 10 -foot
Standard Penetration Test borings, four (4) Percolation Tests at depths of 15 feet, soil
profile analysis and bore log information. Specific scope of services can be found in PSI's
fee proposal (attached).
Deliverables
• Electronic Certified Geotechnical Report (signed and sealed)
1.8 Environmental Site Assessment
Smart Sciences, Inc. will provide Phase I Environmental Site Assessment (ESA) along the
proposed alignment and the adjacent properties. The Phase I ESA will include a review
of public records, interviews with local agencies, and a site and vicinity reconnaissance.
Depending on the results of the Phase I ESA, Smart Science's fee proposal includes an
Optional Phase II ESA scope for field sampling at 8 locations on the north and south sides
of NW 131st Street via temporary groundwater monitoring wells for screening for organic
vapors.
Task GPS Role'
1.1 Provide a lead coordinating role for Task 1.1 activities by preparing for and attending
kickoff meeting, preparation of agenda and meeting summaries, providing input to the
development of presentation materials and lead coordination efforts with the City.
1.2 Attending meetings, preparation of meeting summaries, and lead coordination of
meetings with the City.
1.3 EAC will provide a list of information required from the City and GPS will forward
request and coordinate data collection. GPS has no control over the availability of
information.
1.4 None
1.5 Provide a lead coordinating role with Premiere Design Solutions to obtain deliverables
identified.
1.6 Provide a lead coordinating role with Premiere Design Solutions. EAC will provide the
locations requiring test holes. GPS will provide information to PDS and obtain SUE
report identified.
1.7 Provide a lead coordinating role with PSI/Intertek for the SPT borings and Percolations
tests to obtain Geotechnical report identified.
1.8 Provide a lead coordinating role with Smart Sciences to obtain Phase I ESA report
identified. This fee proposal includes coordination with Smart Sciences for an Optional
Phase II ESA if determined will be required.
GPS's efforts are limited to the level of participation indicated.
Task 2 — Design Services
The design plans shall comply with standards of the Miami -Dade Department of
Transportation and Public Works (DTPW), applicable City standards, and Miami -Dade
Water and Sewer Department standards. Submittals will be made to the City for review
at the completion of the 60% and 100% design phase. The drainage design assumes a full
onsite retention system is permissible by DERM. However, if due to in -situ conditions a
positive outfall system design is required, EAC shall provide supplemental services
design proposal to the city for review and approval.
GPS Role in Task 2: EAC will be primarily responsible for leading all facets of the design phase
as described in Task 2. GPS's support will be limited to the following:
1. Facilitate coordination with the City relative to 60% and 100% submittal review,
comments and documentation of action items resulting from the review meeting.
2. Attendance at 60% and 100% design review meetings with EAC and the City to discuss
review comments.
Task 3 — Permitting and Approvals
EAC shall prepare the required permit packages, including engineering plans and
completing permit applications for submission of the 100% Design Plans to the relevant
permitting agencies. The City will be responsible for providing permit application fees
for each agency by check or credit card. Permitting agencies are anticipated to include the
City of Opa-locka Building Department, City of Opa-locka Public Works Department,
Miami -Dade Water and Sewer Department, Miami -Dade Department of Regulatory and
Environmental Resources (MD-RER) and the Florida Department of Environmental
Protection (FDEP).
GPS Role in Task 3: EAC will be primarily responsible for leading all facets of the permitting
and approvals phase as described in Task 3. GPS's support will be limited to the following:
1. Coordination with City to provide permit application fees as required by the agency.
FEE SUMMARY
Our lump sum fee proposal for the services identified are as follows:
Task
Description
Fee
1 _
Project Management and Administration
$1,950.00
2
60% Design Phase
$1,300.00
100% Design Phase
$975.00
3
Permitting and Approvals
$475.00
TOTAL FEE
$4,700.00
GRACE PROFESSIONAL SOLUTIONS, LLC
FEE PROPOSAL TO EAC CONSULTING, INC.
City of Opa-locka NW 131st Street Roadway and Drainage Design
(between NW 31st Avenue and 32nd Avenue)
Project Manager
Cost ($)
Staff Name
Donna Grace, PE
Labor Rate
$65.00
Multiplier
2.50
Task No
Task Title
Hours
1
Project Management and Administration
12
$.1,950.00
2 Design
Services
14
$2,2 0
3 ,
Permitting and Approvals
2
' $ .10
Labor Subtotal
28
Reimbursables
TOTAL LABOR
$4,700.00
Revised: 3/22/2021
PROJECT AGREEMENT
FOR DESIGN SERVICES
BETWEEN
THE CITY OF
OPA-LOCKA AND
EAC Consulting, Inc
THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this
day of July, 2021 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal
Corporation with its principal offices located at 780 Fisherman Street, 4th Floor. Opa-locka FL.
33054 (the "City"), and EAC Consulting Inc (the "Consultant"), a Florida corporation authorized
to conduct business in the State of Florida, with principal offices located at 5959 Blue Lagoon
Drive, Suite 410. Miami, FL 33126.
WITNESSED:
WHEREAS, on June 10, 2020, the City approved a pool of Qualified Firms to provide
Architectural and Engineering Consulting Services to the City on an as needed basis pursuant
to RFQ# 20-0324200 Library of Miscellaneous Professional Consultants; and
WHEREAS, the Consultant is a member of the pool under the subcategory of Civil
Engineering, Landscape Architectural, Structural Engineering and Traffic Engineering Services
and has executed a Continuing Services Agreement; and
WHEREAS, the Consultant has been selected by the City to provide Engineering
Consulting Design Services (known as the "Project", the "Services" or the "Scope of Services")
for the Engineering Design for NW 131st Street between NW 31 Avenue and NW 32 Avenue for
Roadway Reconstruction, including drainage and 8 inch DIP watermain.
NOW, THEREFORE, in consideration of the foregoing recitals, which are incorporated
herein, and the mutual covenants, terms and conditions provided below, the Consultant and the
City agree as follows:
1. CONTRACT DOCUMENTS
The Contract Documents referred to in this Agreement shall be comprised of the
following:
1.1 This Agreement (the "Specific Projects" or "Project Agreement") between
the parties), including any General Terms and Conditions, Supplementary Conditions,
Statement of Work or any other provisions contained within this Agreement;
Page 1 of 8
Civil Engineering Services
1.2 A Scope of Services request completed by the Consultant and
accepted by the City, attached hereto as Exhibit "A"; and
1.3 Any and all applicable addenda, proposals executed and submitted
by the Consultant and accepted by the City, specifications and insurance
certificates; and
1.4 All amendments mutually agreed to after execution of this Agreement.
These Contract Documents comprise the entire agreement for the Services agreed
to herein between the parties, and incorporated into and made a part of this
Agreement as if attached to this Agreement or repeated herein. In the event of a
conflict between this Agreement and any other Contract Document(s), this
Agreement shall prevail.
2. THE WORK
Consultant shall furnish all labor, materials and equipment necessary to provide
professional Services as specified in the Scope of Services and accepted by the
City.
3. PERIOD OF SERVICE
The Consultant shall begin work promptly after receipt of a fully executed copy of
this Agreement and a letter of Notice to Proceed from the City and shall complete
the Project within the time mutually agreed upon, as specified in the Scope of
Services request accepted by the City.
4. COMPENSATION
Compensation (the "Contract Sum") for performing the Services related to the
Project shall be the fee of One Hundred Eighty -Six Thousand Six Hundred
Fifteen Dollars and 00/100 ($186,615.00) specified in the Scope of Services
request accepted by the City.
5. PAYMENTS
5.1 The City shall pay the Contract Sum to the Consultant subject to the
completion of tasks as specified in the Exhibit "A". The City shall pay the Consultant
for work performed subject to the specifications of the job and any additions and
deductions by subsequent change order provided in the Contract Documents -All
payments shall be governed by the Florida Prompt Payment Act, Chapter 218, Part
VII, Florida Statutes. The City is under a declared State of Financial Emergency
pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement
acknowledge that all invoices presented for payment shall be reviewed and approved
by the State of Florida prior to payment and that the City is therefore unable to comply
with the Florida Local Government Prompt Payment Act.
Page 2 of 8
Civil Engineering Services
5.2 The Consultant shall provide periodic invoices to the City upon
completion of a substantial amount of Services relating to the Scope of Services
contained within this Agreement. Payment shall be made to the Consultant upon
approval of submitted invoices to the City.
6. TERMINATION
This Agreement may be terminated by the City for convenience upon ninety (90)
calendar days' written notice to the Consultant. In the event of such termination, any
Services performed by the Consultant under the this Agreement shall, at the option of
the City, become the City's property, and the Consultant shall be entitled to receive
compensation for any work completed pursuant to this Agreement to the satisfaction
of the City up through the date of termination. Under no circumstances shall City make
payment for Services that have not been performed.
This Agreement may be terminated by either party for cause upon five calendar days'
written notice to the other should such other party fail to perform in accordance with its
material terms through no fault of the party initiating the termination. In the event the
Consultant abandons this Agreement or causes it to be terminated by the City, the
Consultant shall indemnify and save the City harmless against loss pertaining to this
termination. In the event that the Consultant is terminated by the City for cause and it
is subsequently determined by a court of competent jurisdiction that such termination
was without cause, such termination shall thereupon be deemed a termination for
convenience and the provisions in the paragraph above shall apply.
7. DEFAULT:
In the event of a default by Consultant, the default provisions contained in the
Continuing Services Agreement between the parties shall govern.
8. ANTI-LOBBYING/NO CONTINGENT FEE:
The provisions of Section 11 of the Continuing Services Agreement shall apply to this
Agreement.
9. WARRANTIES AND GUARANTEES:
9.1 The Consultant warrants that its Services are to be performed within the
limits prescribed by the City and with the usual thoroughness and competence of the
Consultant's architectural and/or engineering profession.
9.2 The Consultant shall be responsible for technically deficient designs,
reports or studies due to negligent acts, errors or omissions. The Consultant shall, upon
the request of the City, promptly correct or replace all deficient work due to negligent
acts, errors or omissions without cost to the City.
Page 3 of 8
Civil Engineering Services
10. BINDING EFFECT:
This Agreement shall bind and the benefits thereof shall inure to the respective parties
hereto, their legal representatives, executors, administrators, successors and assigns.
11. AMENDMENTS AND MODIFICATION:
No amendments and/or modifications of this Agreement shall be valid unless in
writing and signed by each of the parties to the Agreement.
12. MERGER: AMENDMENT:
This Agreement, including the referenced Contract Documents, and any
attachments, constitute the entire agreement between Consultant and City, and all
negotiations and oral understandings between the parties are merged herein. This
Agreement may be supplemented and/or amended only by a written document
executed by both Consultant and City.
13. NONASSIGNABILITY:
Consultant shall not assign, subcontract or transfer any rights or delegate any
duties arising under this Agreement without prior written consent of the City, which
consent may be withheld by the City in its sole discretion.
14. NOTICES:
Whenever either party desires to give notice to the other, it shall be given by written
notice, sent by certified 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 in compliance with the provisions of this paragraph. For
the present, the parties designate the following as the respective places for giving
of notice, to -wit:
FOR CONSULTANT:
FOR CITY:
WITH COPY TO:
EAC Consulting, Inc
5959 Blue Lagoon Drive
Suite 410
Miami, FL 33126
City of Opa-Locka
John Pate, City Manager
780 Fisherman Street
Opa-Locka, FL 33054
Burnadette Norris -Weeks, P.A.
City Attorney
401 North Avenue of the Arts
(NW 7th Avenue)
Fort Lauderdale, FL 33311
Telephone: 954-768-9770
Facsimile: 954-768-9790
Page 4 of 8
Civil Engineering Services
15. SEVERABILITY; WAIVER:
Any provision in this Agreement that is prohibited or unenforceable under Florida or
federal law shall be ineffective to the extent of such prohibitions or unenforceability
without invalidating the remaining provisions hereof. Also, the non -enforcement of
any provision by either party to this Agreement shall not constitute a waiver of that
provision nor shall it affect the future enforceability of that provision or the remainder
of this Agreement.
16. Scrutinized Companies
16.1 Contractor certifies that it and its subcontractors are not on the Scrutinized
Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may
immediately terminate this Agreement at its sole option if the Contractor or its
subcontractors are found to have submitted a false certification; or if the Contractor,
or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List
or is engaged in the boycott of Israel during the term of the Agreement.
16.2 If this Agreement is for more than one million dollars, the Contractor certifies
that it and its subcontractors are also not on the Scrutinized Companies with Activities
in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector
List, or engaged with business operations in Cuba or Syria as identified in Section
287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate
this Agreement at its sole option if the Contractor , its affiliates, or its subcontractors
are found to have submitted a false certification; or if the Contractor, its affiliates, or
its subcontractors are placed on the Scrutinized Companies with Activities in Sudan
List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector
List, or engaged with business operations in Cuba or Syria during the term of the
Agreement.
16.3 The Contractor agrees to observe the above requirements for applicable
subcontracts entered into for the performance of work under this Agreement.
16.4 As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize
the above -stated contracting prohibitions then they shall become inoperative.
17. OTHER PROVISIONS:
17.1 Titles and paragraph headings are for convenient reference and are not
a part of this Agreement.
17.2 In the event of conflict between the terms of this Agreement and any
terms or conditions contained in any attached or referenced Contract Documents, the
terms in this Agreement shall prevail.
17.3 No waiver or breach of any provision of this Agreement shall constitute
a waiver of any subsequent breach of the same or any other provision, and no waiver
shall be effective unless made in writing.
17.4 Consultant acknowledges that the public shall have access, at all
reasonable times, to certain documents and information pertaining to City contracts,
Page 5 of 8
Civil Engineering Services
pursuant to the provisions of Chapter 119, Florida Statutes. Consultant agrees to
maintain public records in Consultant's possession or control in connection with
Consultant's performance under this Agreement and to provide the public with access
to public records in accordance with the record maintenance, production
and cost requirements set forth in Chapter 119, Florida Statutes, or as otherwise
required by Law. Consultant shall ensure that public records that are exempt or
confidential from public records disclosure requirements are not disclosed except as
authorized by Law, for the duration of this Agreement and following completion of this
Agreement until the records are transferred to the City.
17.5 Unless otherwise provided by Law, any and all reports, surveys, and other
data and documents provided or created in connection with this Agreement are and
shall remain the property of City. Upon completion of this Agreement or in the event
of termination by either party, any reports, photographs, surveys and other data and
documents and all public records prepared by, or in the possession or control of
Consultant, whether finished or unfinished, shall become the property of City and
shall be delivered by Consultant to the City Manager, at no cost to the City, within
seven days of termination of this Agreement. All such records stored electronically
by Consultant shall be delivered to the City in a format that is compatible with the
City's information technology systems. Upon completion or termination of this
Agreement, Consultant shall destroy any and all duplicate public records that are
exempt or confidential and exempt from public records disclosure. Any
compensation due to Consultant shall be withheld until all documents are received
as provided herein. Consultant's failure or refusal to comply with the provisions of
this Section shall result in the immediate termination of this Agreement by the
City.
17.6 Upon request by City's records custodian, provide City with a copy of
requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in Chapter 119,
Florida Statutes, or as otherwise provided by law.
IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT
THE CUSTODIAN OF PUBLIC RECORDS AT (3051 953-2821, OR BY MAIL:
CITY OF OPA-LOCKA - CITY CLERK'S OFFICE, 780 FISHERMAN STREET,
4TH FLOOR. OPA-LOCKA FL 33054.
Page 6 of 8
Civil Engineering Services
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be
executed by their respective duly authorized representatives the day and year written
below.
FOR CITY:
ATTEST: CITY OF OPA-LOCKA
Joanna Flores, City Clerk
Approved as to form and legal sufficiency
for the use of and reliance by the City of
Opa-Locka only:
City Attorney
Burnadette Norris -Weeks, PA
By:
John Pate
City Manager
Dated:
FOR CONSULTANT:
WITNESS: EAC Consulting, Inc
By:
Authorized Representative
Print Name Print Name
Page 7 of 8
Date
Corporate Seal:
Civil Engineering Services
EXHIBIT "A"
EAC Consulting Scope and Fee Proposal dated March 25, 2020 to provide engineering
services for the Engineering Design for NW 131st Street between NW 31 Avenue and 32
Avenue to reconstruct the existing Roadway, including drainage and 8 inch DIP
watermain. for the total of One Hundred Eighty Six Thousand Six Hundred Fifteen
Dollars and 00/100 ($186,615.00).
Page 8 of 8
Civil Engineering Services
E -VERIFY FORM
Definitions:
"Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public
employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other
remuneration.
"Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or
another subcontractor in exchange for salary, wages, or other remuneration.
Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required
registration with, and use of the E -verify system in order to verify the work authorization status of all newly
hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department
of Homeland Security's E -Verify System to verify the employment eligibility of:
a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within
Florida during the term of the contract; and
b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by
Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The
Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of
Homeland Security's E -Verify System during the term of the contract is a condition of the
contract with the City of Opa-locka; and
Should vendor become successful Contractor awarded for the above -named project, by entering into this
Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat.,
"Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of
the E -Verify System to verify the work authorization status of all newly hired employees, and requiring
all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with,
or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the
duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor
knowingly violates the statute, the subcontract must be terminated immediately. If this contract is
terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public
contract for a period of 1 year after the date of termination.
Company Name:
Authorized Signature:
Print Name:
Title:
Date;