Loading...
HomeMy Public PortalAbout21-9892 Amendment to Cairo Lane Project Agreement w/ 300 EngineeringSponsored by: City Manager RESOLUTION NO. 21-9892 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE THE FIRST AMENDMENT TO THE ASSESSMENT AND EVALUATION PROJECT AGREEMENT FOR CAIRO LANE, NW 127TH STREET AND ALEXANDRIA DRIVE TO INCREASE THE PROJECT SCOPE OF WORK, IN AN AMOUNT NOT TO EXCEED TWO HUNDRED NINETY THOUSAND DOLLARS ($290,000.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on June 10, 2020, the City Commission of the City of Opa-Locka accepted bid proposals in response to RFQ No. 20-0324200 and authorized the City Manager to enter into multiple agreements for architectural and engineering consulting services; and WHEREAS, 300 Engineering Group, P.A ("CONTRACTOR") was one of the firms selected to be a part of the City of Opa-Locka's library of Engineering and Architectural Consultants to perform professional services for specific projects for the City of Opa-Locka ("City") on an as -needed basis; and WHEREAS, on September 9, 2020, the City Commission adopted Resolution No. 20-9802 authorizing the City Manager to enter into an agreement with 300 Engineering Group, P.A. to provide engineering services for an Assessment and Evaluation of Cairo Lane, NW 127th Street, and Alexandria Drive, including verification of the design proposed by the previous Contractor, and to develop the basis of design for completion of the stormwater, force main, water system, and roadway improvements for this area of the City ("Project"); and WHEREAS, while the Contractor has been working on the Project, it is facing challenges completing the assessment and conducting the required topographic surveys and geotechnical investigations due to the condition of the drainage catch basins and the accumulated debris along Cairo Lane and NW 127th Street; and WHEREAS, after construction was suspended in July 2019 by the former contractor, Intercounty Engineering Inc, the Project was left unfinished, causing irregular conditions in the right-of-way (ROW) with an accumulation of debris, dirt and garbage on the roadway and drainage structures. In addition, there have been Resolution No. 21-9892 several incidents of illegal dumping in the project area, has further worsened the conditions of the ROW and impacted the City financially; and WHEREAS, Staff has been working with the Contractor to find a solution to these issues, and has consequently received a proposal to amend the Assessment and Evaluation Project Contract; and WHEREAS, the proposed first amendment is to increase the scope of work by Two Hundred Sixty -Four Thousand, Seven Hundred, Nineteen Dollars ($264,719.00) for the Removal of Debris and cleaning of the Stormwater Structures, pursuant to the Contractor's proposal dated June 24, 2021, attached hereto as Exhibit "A". The City Manager recommends an approximate ten percent (10%) Project contingency budget of Twenty -Five Thousand, Two Hundred Eighty -One Dollars ($25,281.00) for a total project cost of Two Hundred Ninety Thousand Dollars ($290,000.00); and WHEREAS, in addition, the Contractor has requested changes to the original contract terms as described within the Amendment Agreement, attached hereto as Exhibit "B"; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to amend the Assessment and Evaluation Contract with 300 Engineering Group, P.A, as provided herein. NOW THEREFORE BE IT RESOLVED THAT THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. Recitals. The recitals to the preamble here are incorporated by reference. Section 2. Authorization The City Commission of the City of Opa-Locka hereby authorizes the City Manager to execute the First Amendment to the Assessment and Evaluation Project Agreement for Cairo Lane, NW 127th Street and Alexandria Drive, attached hereto as Exhibit "B". 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 2 Resolution No. 21-9892 Manager or the City Manager's designee, without the need of a public hearing, by filing a corrected copy of same with the City Clerk. Section 4. Effective Date This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. PASSED AND ADOPTED this day 28th of July, 2021. Matthew Pigatt, Mayor Attest to: oa a Flores C. Clerk Moved by: Commissioner Davis Seconded by: Commissioner Taylor VOTE: 3-0 Approved as to form and legal sufficiency: Burn e Norris- V eks, P.A. City Attorney Commissioner Taylor YES Commissioner Burke ABSENT Commissioner Davis YES Vice -Mayor Williams ABSENT 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: 07/28/2021 Item Type: (Enter X in box) Resolution i d' • ' Other X Fiscal Impact: (EnterX in box) Yes No Ordinance Reading: (Enter X in box) 1' Reading 2" Reading X Public Hearing: (EnterX in box) Yes No Yes No j( X Funding Source: Accounc# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (Enter X in 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 Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X • image • I• Sponsor Name City Manager Department: City Manager Short Tate: Contract Amendment #1 to the Assessment and Evaluation Project for Cairo Lane, NW 127th Street and Alexandria Drive Staff Summary: On June 10, 2020, the City Commission of the City of Opa-locka accepted bid proposals in response to RFQ No. 20-0324200 and authorized the City Manager to enter into multiple agreements for architectural and engineering consulting services. 300 Engineering Group, P.A. was one of the firms selected to be part of the City's library of Engineering and Architectural Consultants to perform professional services for specific projects for the City on an as -needed basis. Furthermore, on September 9, 2020, the City Commission adopted Resolution No. 20-9802 authorizing the City Manager to enter into an agreement with 300 Engineering group, P.A. to provide engineering services for Assessment and Evaluation of Cairo Lane, NW 127th Street, and Alexandria Drive, including verification of the design proposed by the previous Contractor, and to develop the basis of design for completion of the stormwater, force main, water system, and roadway improvements for this area of the City. The firm has been working on the project. However, they are facing challenges to completing the assessment and conducting the required topographic surveys and geotechnical investigations due to the condition of the drainage catch basins and the accumulated debris along Cairo Lane and NW 127th Street.. After construction was suspended in July 2019 by the former contractor, Intercounty Engineering Inc, the project was left unfinished, causing irregular conditions in the right-of-way (ROW) with an accumulation of debris, dirt and garbage on the roadway and drainage structures. In addition, there have been several incidents of illegal dumping in the project area, which has further worsened the conditions of the R0W and impacted the City financially. Staff have been working with the firm to find a solution to these issues, and we have received a proposal to amend the Assessment and Evaluation Contract. Amendment #1 is to increase the scope of work by $264,719.00 for the Removal of Debris and cleaning of the Stormwater Structures according to the Consultant's proposal dated June 24, 2021, which is attached to this agenda item. In addition, the Consultant has requested some minor changes to the original contract terms, and the staff will take this opportunity to review those changes with the City Attorney for legal recommendation and approval. Financial Impact This project primarily benefits the Stormwater Fund and secondarily City streets. It is proposed that the projected cost be split 80% to the Stormwater Fund and 20% to the Safe Neighborhood CIP Fund for the. roadway portion. Additionally, since conditions may arise which would necessitate change orders, it is further recommended a Contingency of approximately 10% be approved, outside of the contract for which approval is requested, to allow staff to process change orders in a timely manner. Any change order exceeding $25,000 would be brought back to the Commission for approval. With 10% Contingency, the project would be $290,000, allocated as follows: Account Description Available Project Remaining Balance 43-5386315 Cairo Lane (Stormwater) $530,000 $232,000 $298,000 44-541820 Cairo Lane (Roadway) — $ 58,000 ($58,000) Total Project (Including Contingency) $290,000 The deficit in the roadway portion of this project will be funded in Budget Amendment #4. Staff recommends that the City Commission authorize the appropriate City official to sign a contract for $264,719 with 300 Engineering Group, P.A. to provide additional engineering services for Assessment and Evaluation of Cairo Lane, NW 127th Street and Alexandria Drive and further authorize establishment of a Contingency of $25,281 to be available for small change orders which may become necessary. 1. Agenda 2. Proposal provided by 300 Engineering Group, F.A. 3. Executed Project Agreement for Design Services between Opa-locka and 300 Engineering Group, P.A. For the Assessment and Evaluation of Cairo Lane, NW 127th Street, and Alexandria Drive 4. Changes previously requested 5. Agreement Amendment #1 City of Opa-Locka RFQ 20-0324200 Cairo Lane, 127th Street and Alexandria Drive Project — Engineering and Assessment Services — Amendment 1: Debris Removal and Cleaning of Stormwater Structures SCOPE OF WORK June 24, 2021 Prepared for: City of Opa-Locka Public Works Department Attn: Airia Austin Public Works and CIP Director City of Opa Locka 780 Fisherman Street Opa-locka, FL 33054 Prepared by: 300 Engineering Group, P.A. 2222 Ponce de Leon Blvd, Suite 300 Coral Gables, Florida 33134 Table of Contents INTRODUCTION 2 DESCRIPTION OF SERVICES 3 100 Removal of Debris and Cleaning of Drainage Structures in Cairo Lane 3 200 Cleaning of Drainage Structures in NW 127th Street 7 SCHEDULE 9 INVOICING 9 COMPENSATION 9 ASSUMPTIONS 9 1 City of Opa-Locka RFQ 20-0324200 Cairo Lane, 127th Street and Alexandria Drive Project — Engineering and Assessment Services — Amendment 1: Debris Removal and Cleaning of Stormwater Structures SCOPE OF WORK INTRODUCTION The City of Opa-Locka (City) owns, operates and maintains a water distribution system, a wastewater collection & transmission system and a stormwater management system within its service area. Cairo Lane, NW 127th Street, and Alexandria Drive are within an industrial area located in the south west portion of the City, south of NW 135th Street and east of the Douglas/Le Jeune Road Connector. The project area was once part of a 50 -acre lake fill known as Milton's Dump that operated from 1966 to 1981. In 2015, the City issued the Request for Proposal (RFP) No: 15-2904100 to conduct improvements to the water, wastewater, stormwater systems and roadway reconstruction at Cairo Lane, NW 127th Street, and sections of Alexandria Drive. The project seeks to address the non- existing drainage system in the area and provide for improved roadway conditions. The project was procured as a Design -Build project and the contract was awarded to Intercounty Engineering Inc. on May 13, 2015. Based on the design plans provide by the City on July 1, 2020, the project included the following: Cairo Lane, from the NW 127th Street Canal to NW 135th Street: • Installation of a new 3 -inch HDPE force main (FM), thirty-four (34) service connections to the property line for the connection of privately owned grinder pump stations and interconnection with an existing force main along NW 135th Street. Grinder pumps stations shall be designed and installed by the property owners • Installation of new drainage system, including twenty (20) catch basins, trunk drainage pipping, nutrient removal treatment system at the south end of Cairo Lane and outfall to discharge to the 127th street canal • Installation of a new section of 12 -inch PVC water main • Roadway reconstruction NW 127th Street, from Cairo Lane to NW 32nd Avenue: • Installation of new drainage system, including thirteen (13) catch basins and trunk drainage pipping • Installation of a new 12 -inch PVC water main and five (5) fire hydrants • Roadway reconstruction Alexandria Drive, from NW 127th Street to approximately NW 131st Street: • Installation of a new 3 -inch HDPE FM and service connections to the property line for the connection of privately owned grinder pump stations. Grinder pumps stations shall be designed and installed by the property owners 2 " Installation of a new section of 12 -inch PVC water main The construction began in February 2016 was stopped in July 2019 without completion of the work. Based on progress reports provided by the City on July 1st, 2020 and a site visit conducted with the City on July 10th, 2020, the following infrastructure was installed: " 3 -inch HDPE FM along Cairo Lane and five (5) service connections, not including the NW 135th Street crossing and connection to the existing force main " South section of the trunk drainage pipe along Cairo Lane (up to catch basin 10), eighteen (18) catch basins and the stormwater treatment structure (without the filters) " 12 -inch PVC water main section along Cairo Lane " Trunk drainage line along NW 127th Street and thirteen (13) catch basins " 12 -inch PVC water main along NW 127th Street and four (4) fire hydrants " 3 -inch HDPE FM along Alexandria Drive and six (6) service connections " 12 -inch PVC water main section along Alexandria Drive After the construction work was interrupted, the roadway improvements were left incomplete. This has generated irregular conditions in the right of way (ROW) with accumulation of debris, dirt and garbage on the roadways and drainage structures. In addition, the City has reported several instances of illegal dumping in the project area which has worsen the conditions of the ROW. The City has requested 300 Engineering Group, P.A. (300 Engineering) as a professional firm to provide professional services for the removal of the debris/dirt on Cairo Lane and the cleaning of the drainage structures located in Cairo Lane and NW 127th Street. These services are required for the execution of the field investigation activities (topographic survey, geotechnical investigation and assessment of the infrastructure) included in the development of basis of design for the completion of the stormwater, force main, water system, and roadway improvements of Cairo Lane and NW 127th Street. DESCRIPTION OF SERVICES 300 Engineering is hereby presenting a scope of services to provide the City Cairo Lane, 127th Street and Alexandria Drive Project  Engineering and Assessment Services  Amendment 1: Debris Removal and Cleaning of Stormwater Structures. 300 Engineering intends to undertake this project on a Lump Sum fee basis. This project has been divided into the following tasks: Task Description 100 Removal of Debris and Cleaning of Drainage Structures in Cairo Lane 200 Cleaning of Drainage Structures in 127th Street 100 Removal of Debris and Cleaning of Drainage Structures in Cairo Lane 300 Engineering will secure the services of a subconsultant (Envirowaste Services Group, Inc.) to remove and dispose the excess of debris from the ROW along Cairo Lane, locate and uncover drainage structure inlets and clean the drainage structures and manholes to expose the pipe inverts. Below please find maps indicating the structures to be cleaned along Cairo Lane. The City will be responsible for the overall coordination of the project, including definition of schedule, 3 coordination with business owners, coordination with other City's staff, among others. 300 Engineering will participate in up to one (1) coordination meeting with the City and subconsultant. Figure 1. Drainage Infrastructure along Cairo Lane — Part 1 NW 135thTStreet .At $ I CR Rim FI - 7 11' 5-195 'S-20, CB Rim EL.: 5.04' W Ina. EL.: 2.25' N Inv. EL: 2.25' S Imp. EL.: 2.25' 4 Legend Drainage Structures 12 Pending Catch Basins ® Catch Basins Drainage Piping • -a. Installed 24" HDPE Solid Pipe Pending 24" HOF E Solid Pipe Legend Drainage Structures ® Catch Basins Drainage Piping Installed 24" HDPE Solid Pipe Pending 24" HDPE Solid Pipe CB Rim EL.: 5.11' E Inv. EL.: 1_00' CB Rim EL: 4.66' E Inv. EL: 0.60' Mli Rim EL.: 4.80' E Inv. EL.: 0.10' N Inv. EL.: 0.60' S Inv. EL.: -0.40' MI -I Rim EL: 5.05° E Inv. EL.: -0.40' W Inv. EL.: -0.40' S Inv. EL.: -0.40' CB Rim EL.: 4.81° E Inv. EL.: 0.81' NSBB Rim EL.: 5.30' CB Rim EL.: 5.11' W Inv. EL.: 1.00' N Inv. EL.: 1.00' S Inv. EL.: 1.00' CB Rim EL.: 4.66' W Inv. EL.: 0.60' N Inv. EL.: 0.60' S Inv. EL.: 0.60' CB Rim EL.: 4.81' W Inv. EL.: -0.40' N Inv. EL.: -0.40' an i Legend Drainage Structures © Pending Catch Basins © Catch Basins Outfall Starmwater Manhole Nutrient Removal System Drainage Piping �-� installed 24" HDPE Solid Pipe Pending 24" HDPE Solid Pipe Figure 3. Drainage Infrastructure along Cairo Lane — Part 3 300 Engineering will provide staff on site for approximately 3 hours per day during the cleaning of the ROW and drainage infrastructure to assist in the location of inlets, to verify that the subconsultant is on site and to observe the work conducted by the subconsultant is in accordance with the scope of work described herein. 300 Engineering will prepare a weekly summary report 6 documenting the activities conducted along with photographic records. 300 Engineering will include the dumping tickets provided by the subconsultant in the weekly summary reports. It is estimated that the cleaning efforts of Cairo lane will require 6-8 weeks. Envirowaste Services Group, Inc will not provide oil contaminated material removal and disposal. This proposal includes up to 500 CY of dirt and debris to be removed, 1300 LF of existing drainage pipeline to be cleaned, 18 existing drainage inlets and manholes and an allowance for tires disposal. Additional debris/dirt removal will be billed on a unit price base and will require revision of the scope and fee and authorization by the City. Deliverables The following deliverables will be submitted to the City as part of Task 100: • Cairo Lane Debris Removal and Cleaning of Drainage Structures Weekly Summary Report 200 Cleaning of Drainage Structures in NW 127th Street As indicated by the City, the drainage infrastructure along NW 127th Street present oil contaminated materials. 300 Engineering will secure the services of a subconsultant (World Petroleum Corporation) to remove and properly dispose the contaminated material from the drainage structures located in NW 127th Street and expose the inverts of the drainage pipes. Below please find a map indicating the structures to be cleaned along NW 127th Street. The City will be responsible for the overall coordination of the project, including definition of schedule, coordination with business owners, coordination with other City's staff, among others. 300 Engineering will participate in up to one (1) coordination meeting with the City and subconsultant. 7 n1111111111111l. CB Rim EL: 5.51' S Inv. EL.: 2.50' E Inv. EL.: 1.50' W Inv. EL.: 1.50' u SW up`_, cup CB Rim EL.: 6.26' E Inv. EL.: 1.50' W Inv. EL.: -2.00' .. k_41 tI1'- CB Rim EL.: 5.51' N Inv. EL: 2.50' CB Rim EL.: 7.83' S Inv. EL: 4.00' W Inv. EL.: 1.50' CB Rim EL.: 7.83' N Inv. EL.: 4.00' E Inv. EL.: 1.90' ource 1 of 11114 . �_ 7 ."rbu. • CB Rim EL.: 7.12' r."4 S Inv. EL.: 3.25' ist' CB Rim EL.: 7.12' N Inv. EL.: 3.25' W Inv. EL.: 1.90' Legend — Installed 24" HDPE Solid Pipe a Catch Basins Stormwater Manholes Figure 4. Drainage Infrastructure along NW 127th Street 300 Engineering will provide staff on site for approximately 3 hours per day during the cleaning of the drainage infrastructure in 127th Street to observe the work conducted by the subconsultant. 300 Engineering will prepare summary weekly reports documenting the activities conducted along with photographic records. The reports will include the manifest provided by the subconsultant indicating the chain of custody and the final destination of the wastes collected at the project site. Petroleum contaminated water will be treated and disposed at World Petroleum Corporation's site located in Davie, Florida. Petroleum contact sludge will be transported to World Petroleum Corporation site for temporary storage and then will transported to its final destination at the Monarch Hill Waste Management facility in Pompano Beach, Florida. The subconsultant will provide 300 Engineering with a copy of the signed manifest prior to transportation to the final destination. 300 Engineering will conduct one (1) site visit to the World Petroleum Corporation treatment facility and one (1) site visit to the Waste Management facility mentioned above. World Petroleum Corporation will be responsible for the chain of custody and final disposal of the contaminated contact water and sludge/solids from the moment of collection of such materials at 8 NW 127th street. World Petroleum Corporation will collect the petroleum contact water and the petroleum contact sludge/solids. This proposal includes up to 20,000 Gal of contact water and 54,315 Gal of sludge/solids. Additional contaminated material collection and disposal will require revision of the scope and fee and written authorization by the City. If a plug is required to stop water from the Canal to come into the 127th Street drainage structures, the City will be responsible for its installation. Deliverables The following deliverables will be submitted to the City as part of Task 300: • NW 127th Street Drainage Structures Cleaning Weekly Summary Report SCHEDULE The Project Schedule is approximately two (2) months from NTP. INVOICING Invoicing will be monthly as per the Contract between 300 Engineering and the City of Opa-Locka. Invoices and all payments made by City of Opa Locka to 300 Engineering, shall be governed by the Florida Prompt Payment Act. As such, 300 Engineering shall receive payments from City of Opa Locka within 20 business days after the request for payment. If there is a dispute as to amount to be paid to 300 Engineering, any disputes between City of Opa-Locka and 300 Engineering, must be resolved within 10 business days.. COMPENSATION The services described herein will be performed on a fixed lump sum fee basis, as per the Contract between 300 Engineering and the City of Opa-Locka, in the amount shown in Appendix A as CONTRACT GRAND TOTAL. Miles, reproduction, and other reimbursable expenses are to be paid as presented and approved. ASSUMPTIONS This Scope of Services is based on the following assumptions: • All requested information will be made available to 300 Engineering by the City • When available, the City will provide 300 Engineering with any requested AutoCAD information in electronic format • This proposal includes up to 500 CY of dirt and debris to be removed in Cairo Lane. Additional debris/dirt removal will be billed on a unit price base and will require revision of the scope & fee and authorization by the City • Due to the variable volume of debris present at the site on a daily basis, 300 Engineering shall not be responsible for additional debris added to the site after cleaning activities • The City will be responsible for avoiding illegal dumping at the project site during the cleaning activities 9 " Debris removal from the NW 127th street ROW is not included. The City already removed the debris on NW 127th street ROW. The work to be conducted at NW 127th street is limited to drainage infrastructure cleaning only " If a plug is required to stop water from the Canal to come into the 127th Street drainage structures, the City will be responsible for its installation. " The City's staff will be available to attend meetings and assist 300 Engineering with site work " 300 Engineering shall not be held liable for the integrity, proper functioning and adequate installation of infrastructure installed by lntercounty Engineering " 300 Engineering shall not be liable for any malfunction or damage to the City's roadways, water distribution system, drainage system, force main, consumer lines, or other utilities " All material/debris disposal, contaminated and non -contaminated, is the responsibility of each subconsultant as described herein " If required, Police surveillance will be provided and paid by the City. This scope of work does not include Police surveillance during cleaning operations " In consideration of this Project, unrestricted access to data and information sources is made available to 300 Engineering. 300 Engineering shall comply fully with all security procedures, and shall not divulge to third parties all confidential Data Information obtained from the City of Opa-Locka while performing consulting services, including, but not limited to, security procedures, business operations information or proprietary information in the possession of the City of Opa-Locka. 300 Engineering shall not be required to keep confidential information or material that is publicly available through no fault of 300 Engineering, material that 300 Engineering developed independently without relying on the State's or Customer's confidential information, or material that is otherwise obtainable under State Law as a public record 10 I' a i City of Opa-Locka RFQ N o. 20-0324200 Task # 1 "Cairo Lane, 127th Street a nd Alexandria Drive Proje ct — E ngineering and Assessment Service s — Ame ndment 1: Debris R em oval and Cl eaning of Stormwater Infr astructure" Fee Schedule Rat e, $IHr Princip al $215.00 Project Manager $190.00 Proj ect Engineer $140 .00 Inspector $90.00 Total Hours Lab or Subtotal Rem arks Su btask 100 Re mova l of De bris an d Clean in g of Draina ge Stru ctures In Cairo Lane 4 20 60 130 214 $24,760.00 $24,760 .00 200 Cleaning of Drain age Structures in 127th Street 4 16 20 24 64 $8,860.00 $8 ,860 .00 Total (Hours ) 8 36 80 154 278 Su b -Total La bor Fee $33,620 .00 ODC's (Mileage, Reproduction 8, Reimbu rsable) Cleaning of Cairo Lane RO W and Drainage Structures $110,675 .00 Refer to fee prop osalett ached Cleaning of Dra ina ge in 127th Stree t $120,424.00 Refer lo f ee proposal attached Sub Total ODC' s (Milea ge, Re pro duc tion 8 Reimbursable) $231,099.00 Su b -Total Labor Fee/ODC $264,719 .00 % Utilization 2. 88% 12.95% 28.78% 55.40% 100.00 % Total ($) $1,720. 00 $8,840.00 $11,200.00 $13,860.00 $264,719.00 Page 1 ENVIRO WASTE SERVICES GROUP SPECIFIC WORK ORDER BETWEEN ENVIROWASTE SERVICES GROUP, INC. and 300 Engineering Group The parties to this Specific Work Order are parties to this Professional Services dated November 30, 2020 _(the "Agreement"). The parties hereto agree that all of the terms and conditions set forth in the Agreement are in full force and effect and incorporated herein by reference. The terms and conditions of the Agreement shall govern and control over any inconsistent terms or conditions contained in this Specific Work Order except as to the scope of work to be performed and the fees for such work which are set forth herein and which shall control. Capitalized terms used in this Specific Work Order that are not otherwise defined herein shall have the meanings ascribed to them in the Agreement. RE: Proposed storm sewer structure cleaning, locating existing inlets and remove debris from R.O.W. on Cairo Lane OpaLocka, FL City unit Unit price Total Clean existing inlets and manholes 18 EA $250.00 $4,500.00 Clean existing pipe (0-24") 1300 EA $2.25 $2,925.00 Locate covered inlet (via metal detector) 20 EA $500.00 $10,000.00 Removal of excess dirt from R.O.W. and disposal at County facilitl 500 CY $185.00 $92,500.00 Additional dirt removal from R.O.W. (over 500 cy) 1 CY $185.00 TBD Allowance (tire disposal) 30 EA $25.00 $750.00 This proposal excludes all oil contaminated material removal All permits and off -duty police are not included in this proposal. Total= $110,675.00 SERVICE CHARGE: IF ANY PAYMENT DUE HEREUNDER OR PURSUANT TO ANY SPECIFIC WORK ORDER IS NOT RECEIVED BY THE CONSULTANT WITHIN THIRTY (30) DAYS AFTER ITS DUE DATE, A SERVICE CHARGE IN THE AMOUNT OF ONE AND ONE-HALF PERCENT (1.5%) OF THE UNPAID BALANCE WILL BE CHARGED TO THE CLIENT (THE "SERVICE CHARGE"). THE SERVICE CHARGE SHALL BE APPLIED MONTHLY AND ANY PREVIOUSLY UNPAID SERVICE CHARGE WILL BE ADDED TO THE UNPAID BALANCE. The Client hereby authorizes the Consultant to commence the work (commencement date) required under this Specific Work Order on . IN WITNESS WHEREOF, the parties have duly executed this Specific Work Order as of the day and year first above written. Client "CONSULTANT" (ENVIROWASTE SERVICES GROUP, INC. ) A Florida Corporation SIGNATURE NAME / TITLE DATED Mike Garcia Operations TITLE 11/30/2020 rev. 1/14/21 DATED Miami • Broward • Orlando • Tampa Headquarters: 18001 Old Cutler Road, Suite 554, Palmetto Bay, FL 33157 info@envirowastesg.com I Phone (877) 637-9665 I Fax (877) 637-9659 (��` b WORLD PETROLEUM CORP ® PO BOX 291197 DAVIE FL 33329 WorldPetroleum P: 954-327-0724 F: 954-327-0755 CORPORATION Proposal Submitted To: 300 Engineering Group, P.A. Phone: 305-602-4602 Date: 05/05/2021 Fax: Street: 2222 Ponce de Leon Blvd, Suite 300 Job Name: Storm Drain Cleaning City, State, and Zip Code: Coral Gables, FL 33134 Job Location: NW 127'x' St Attention: Ms. Ana C Dvorak Email: acdvorak@300engineering.com WORLD PETROLEUM CORP IS PLEASED TO SUBMIT OUR PROPOSAL FOR THE LABOR, EQUIPMENT, AND TRANSPORTATION REQUIRED TO CLEAN MULTIPLE STORM DRAINS AT THE ABOVE REFERENCED SITE. TI -HS WORK AS ITEMIZED BELOW: UNIT TOTAL ITEM #1: VACTOR TRUCK #1 WITH OPERATOR: @ $180.00/HR 60 HR $10,800.00 (4 HR MINIMUM) PORTAL TO PORTAL ITEM #2: VACTOR TRUCK #2 WITH OPERATOR: @ $180.00/FIR 60 HR $10,800.00 (4 FIR MINIMUM) PORTAL TO PORTAL ITEM #3: TRACTOR TRAILER #1 WITH OPERATOR: @ $105.00/HR 60 FIR $6,300.00 (4 HR MINIMUM) PORTAL TO PORTAL ITEM #4: TRACTOR TRAILER #2 WITH OPERATOR: a $105.00/HR 60 HR $6,300.00 (4 IIR MINIMUM) PORTAL TO PORTAL ITEM #5: CERTIFIED FIELD TECHNICIAN: @ $65.00/HR 60 FIR $3,900.00 ITEM #6: DISPOSAL OF PETROLEUM CONTACT WATER AT @ $0.36 PER GALLON: (WORSE CASE SCENARIO 20,000 GL) $7,200.00 ITEM #7: DISPOSAL OF PETROLEUM CONTACT SLUDGE/SOLIDS AT @ $1.50 PER GALLON: (WORSE CASE SCENARIO 54,316 GL) $81,474.00 ESTIMATED TOTAL $120,424.00 Business hours are Monday through Friday 7:00am-5:00pm. The customer will be responsible for locating the drains before the start of the project. The customer will be responsible for moving any vehicles that obstruct the drains. Petroleum contact water and sludge refers to product that has made contact with oil, lubricants, or fuels. World Petroleum is licensed and permitted to transport and dispose of petroleum contact water and sludge. If there is a large quantity of water in the drain system, the customer will be responsible for directing World Petroleum where to dispose of the water. If personnel or equipment is no longer necessary onsite, the customer will not be billed. If the scope of work exceeds or undermines the estimated total, the bill will be adjusted and verified by the customer. World Petroleum will provide the customer with proper disposal documents upon completion. PLEASE NOTE: IF CIRCUMSTANCES BEYOND THE CONTROL OF WORLD PETROLEUM CORP REQUIRE DIFFERENT AND ADDITIONAL LABOR NOT INCLUDED ABOVE, THE CLIENT WILL BE CHARGED AT THE QUOTED HOURLY RATE. A SIGNED PROPOSAL (HARD COPY) AND PURCHASE ORDER (HARD COPY) ARE REQUIRED PRIOR TO INITIATING THE WORK. IF MATERIALS ARE CHARACTERIZED TO BE "HAZARDOUS," AMOUNT DUE WILL BE ADJUSTED ACCORDINGLY. Project will follow the terms and conditions included in the SURCONSUI TANT AGRFFMFNT We Propose hereby to furnish material, labor and complete project in accordance with above specifications. " t,,ll-a; feri.al-isguHranfesA-to-lie-as-sltes+Gecl.-,141-tvet" I42e-hasampletal-ia-a-wear-kma+tlike-Haaaner aee ling-te-stanslard ptaclises.- A service cltHege-equal-te-thentaxunwa legal-iatarest-ttltetval-Ity--laawcillkecttae esI-on'ill-acsatutawitk-LalancasfilnN-:tee-psseltlae, ift-tlteevottt4Kerld-P-e oletnn-Ceeperatun+1sas-to-refaitMs-afieeney-to- eeover siny-stun- tt: " tte "t..^ .sine'. th s agreentettt" -evoe4erriken-itfsuek-event,eke-eustontee-slntll-sesn.'" tS' ."4d-P-eteoles+n-(.erporation,-fee-all fees inefaa,e...l-t.ageit,luar wills all cestaef-Iitiga..oa: cl ^eflwt - sinnos4ne#e 1-iu-senaestioa-t ' ' rkl-P-sire!ettnt-Gocporatiotunvsicingavill-only pafleet aetnal-(tuonfities-eenieVe4 nsi/Itlfewark--psrf6tinai.-Aft-ageooHlent6-0entntgent4Fpoll stt'ikesreeei{loiels r-4141ays-bey(n4-ons intro!.-Ownersus ll-dairy 111Yrternaio-and outs=neeess:ni insnrnitee. snr-weeka,s-aee.fnityen>eeetul, a,:kanel'sCwitpensatktn Project will follow the terms and conditions included in the NOTE This proposal may be withdrawn by us if not ascepta4 w4. hin 30 days. SUBCONSULTANT AGREEMENT The above prices, specific" . s are satisfactory and are het apt -114)4,4o. SIGNATURE AUTHORIZATION: Date WORLD PETROLEUM 300 ENGINEERING GROUP, P.A. Date PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND 300 ENGINEERING GROUP P.A. THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this 1St day of March, 2021 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal Corporation with its principal offices located at 780 Fisherman Street, 4th Floor. Op-locka FL. 33054 (the "City"), and 300 ENGINEERING GROUP P.A. (the "Consultant"), a Florida corporation authorized to conduct business in the State of Florida, with principal offices located at 2222 Ponce de Leon Blvd. Suite 300. Coral Gables, Florida 33134. 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") to the assessment and evaluation of the Cairo Lane, NW 127th Street and Alexandria Drive Project, including the verification of the design proposed by the previous Contractor, and to develop basis design for the completion of the stormwater, force main, water system, and roadway improvement. 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 Attachment "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 Fifty -Nine Thousand Two Hundred Ninety -Six Dollars ($159,296.00) 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 Attachment "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. 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 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: Civil Engineering Services 300 Engineering Group P.A. 2222 Ponce de Leon Blvd. Suite 300 Coral Gables, FL 33134 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 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 (305) 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: A .. EST: Joa j a Flores, City Clerk Approved as to form and legal sufficiency for the use of and reliance by the City of Opa-L,cka only: City Attorney -ct P Burnadette Norris -Weeks, PA CITY OF OPA-LOCKA By: Jo n Elate Cit, nnana er Dated: 01 1014 d. FOR CONSULTANT: WITNESS: 300 Engineering- Group P.A. By: b j Authored I epresentative Ana Dvorak Print Name Page 7 of 8 Civil Engineering Services Franklin A. Torrealba, PE / Director Print Name 06/10/2021 Date Corporate Seal: ATTACHMENT "A" Consultant Scope of Work and Fee Proposal dated August 24, 2020 to provide engineering consulting design services for the assessment and evaluation of the Cairo Lane, NW 127th Street and Alexandria Drive Proiect, including the verification of the design proposed by the previous Contractor, and to develop basis design for the completion of the stormwater, force main, water system, and roadway improvement for the amount of one hundred fifty nine thousand two hundred ninety six dollars ($159,296.00) Page 8 of 8 Civil Engineering Services City of Opa-Locka RFQ 20-0324200 Cairo Lane, 127th Street and Alexandria Drive Project — Engineering and Assessment Services SCOPE OF WORK August 24, 2020 Prepared for: City of Opa-Locka Public Works Department Attn: Airia Austin Public Works and CIP Director City of Opa Locka 780 Fisherman Street Opa-locka, FL 33054 Prepared by: 300 Engineering Group, P.A. 3850 Bird Road, Suite 601 Miami, Florida 33146 Table of Contents INTRODUCTION 2 DESCRIPTION OF SERVICES 6 100 Project Management 6 200 Site Investigation 7 300 Stormwater System Assessment and Development of Basis of Design 8 400 Force Main System Assessment and Development of Basis of Design 9 500 Fire Hydrants & Water Valves Assessment and Development of Basis of Design 9 600 Roadway Reconstruction Assessment and Development of Basis of Design 10 SCHEDULE 11 INVOICING 11 COMPENSATION 11 ASSUMPTIONS 11 1 City of Opa-Locka RFQ 20-0324200 Cairo Lane, NW 127th Street and Alexandria Drive Project — Engineering and Assessment Services SCOPE OF WORK INTRODUCTION The City of Opa-Locka (City) owns, operates and maintains a water distribution system, a wastewater collection & transmission system and a stormwater management system within its service area. Cairo Lane, NW 127th Street and Alexandria Drive are within an industrial area located in the south west portion of the City, south of NW 135th Street and east of the Douglas/Le Jeune Road Connector. The project area was once part of a 50 -acre lake fill known as Milton's Dump that operated from 1966 to 1981. In 2015, the City issued the Request for Proposal (RFP) No: 15-2904100 to conduct improvements to the water, wastewater, stormwater systems and roadway reconstruction at Cairo Lane, NW 127th Street and sections of Alexandria Drive. The project seeks to address the non- existing drainage system in the area and provide for improved roadway conditions. The project was procured as a Design -Build project and the contract was awarded to Intercounty Engineering Inc. on May 13, 2015. Based on the design plans provide by the City on July 1, 2020, the project included the following: Cairo Lane, from the NW 127th Street Canal to NW 135th Street: • Installation of a new 3 -Inch HDPE force main (FM), thirty-four (34) service connections to the property line for the connection of privately owned grinder pump stations and interconnection with an existing force main along NW 135th Street. Grinder pumps stations shall be designed and installed by the property owners • Installation of new drainage system, including twenty (20) catch basins, trunk drainage pipping, nutrient removal treatment system at the south end of Cairo Lane and outfall to discharge to the 127th street canal • Installation of a new section of 12 -Inch PVC water main • Roadway reconstruction NW 127th Street, from Cairo Lane to NW 32nd Avenue: • Installation of new drainage system, including thirteen (13) catch basins and trunk drainage pipping • Installation of a new 12 -Inch PVC water main and five (5) fire hydrants • Roadway reconstruction Alexandria Drive, from NW 127th Street to approximately NW 131st Street: • Installation of a new 3 -Inch HDPE FM and service connections to the property line for the connection of privately owned grinder pump stations. Grinder pumps stations shall be designed and installed by the property owners • Installation of a new section of 12 -Inch PVC water main 2 The construction began in February 2016 and due to financial constraints and unforeseen conditions the construction was stopped in July 2019. Based on progress reports provided by the City on July 1st, 2020 and a site visit conducted with the City on July 10th, 2020, the following infrastructure was installed: • 3 -Inch HDPE FM along Cairo Lane and five (5) service connections, not including the NW 135th Street crossing and connection to the existing force main • South section of the trunk drainage pipe along Cairo Lane (up to catch basin 10), eighteen (18) catch basins and the stormwater treatment structure (without the filters) • 12 -Inch PVC water main section along Cairo Lane • Trunk drainage line along NW 127th Street and thirteen (13) catch basins • 12 -Inch PVC water main along NW 127th Street and four (4) fire hydrants • 3 -Inch HDPE FM along Alexandria Drive and six (6) service connections • 12 -Inch PVC water main section along Alexandria Drive Per the City, the construction progress has been summarized in the following figures and tables: 308- Cairo Lane Project Progress Legend ▪ Installed Treatment System .� Installed Force Main Force Main Pending Roadway Reconstruction Pending — Installed Stormwater Trunk - Stormwater Trunk Pending Installed Stormwater Structure ▪ Stormwater Structure Pending t Installed Stormwater Junction — Installed Water Main Fire Hydrant Pending for Verification Figure 1. Cairo Lane Project 3 Alexandria Drive Project Progress Table 1. Stormwater Improvements Status per the City Road Estimated LF of Stormwater Trunk Number of Stormwater Catch Basins Installed Pending Installed Pending Cairo Ln 1,226 1,546 18 2 NW 127th St 1,987 - 13 - Table 2. Force Main Improvements Status per the City Road Estimated LF of Force Main Laterals Installed Pending Installed Pending Cairo Ln 2,449 165 5 29 Alexandria Dr 967 - 6 5 Table 3. Water Distribution Improvements Status per the City Road Estimated LF of Water Main Installed Number of new FH in the design Cairo Ln 715 2 NW 127th St 1,680 5 Alexandria Dr 275 - Table 4. Roadway Reconstruction Status per the City Road Estimated LF of Pending Roadway Reconstruction Cairo Ln 2,640 NW 127th st 2,071 The City has selected 300 Engineering Group, P.A. (300 Engineering) as a professional firm to provide engineering services for the assessment and evaluation of the Cairo Lane, NW 127th Street & Alexandria Drive Project, including the verification of the design proposed by the previous Contractor, and to develop basis of design for the completion of the stormwater, force main, water system, and roadway improvements. 5 DESCRIPTION OF SERVICES 300 Engineering is hereby presenting a scope of services to provide the City with Cairo Lane, NW 127th Street and Alexandria Drive Project — Engineering and Assessment Services. 300 Engineering intends to undertake this project on a Lump Sum fee basis. This project has been divided into the following tasks: Task Description 100 Project Management 200 Site Investigation 300 Stormwater System Assessment and Development of Basis of Design 400 Force Main System Assessment and Development of Basis of Design 500 Fire Hydrants & Water Valves Assessment and Development of Basis of Design 600 Roadway Reconstruction Assessment and Development of Basis of Design 100 Project Management 300 Engineering will provide project management services for the duration of the project. These services will include the following: a. Kick-off and Coordination Meetings • Prepare for and attend to the project kickoff meeting to be held at the City's offices or via teleconference with representatives from the City. The purpose of this meeting is to confirm project objectives, review project timeline, define roles & responsibilities, and discuss communication plan • Prepare for and attend to the project monthly coordination meetings. 300 Engineering staff will attend these meetings in person at the City's facilities or by teleconference. For the purpose of estimating the level of effort associated with this activity, three (3) coordination meetings have been budgeted • For each meeting conducted under this project, 300 Engineering will prepare an agenda and meeting minutes b. Project Progress Reports 300 Engineering will prepare monthly progress reports that will be issued to the City along with the monthly invoices. Monthly progress reports will include: overall status of the project, work performed during the work period, estimated completion of tasks and major sub -tasks, and current challenges/issues. Deliverables The following deliverables will be submitted to the City as part of Task 100: • Meeting agendas and minutes (One (1) kick-off meeting and three (3) coordination meetings) • Monthly progress reports (Four (4) monthly progress reports) 6 200 Site Investigation As part of the verification of the previous project design, 300 Engineering will provide site investigation services, that will include field visits to identify and assess the conditions of installed infrastructure, such as valves, catch basins, grate inlets, fire hydrants, manholes; and identification of possible utility conflicts and identification of deviations from the original design plans. 300 Engineering will identify utilities through coordination with Sunshine 811 for the extent of the project. Based on the information provided in this design ticket, 300 Engineering will request as - built data from utilities identified in the area, if needed. 300 Engineering will also include topographic survey and geotechnical investigations under Task 200. The City shall clear the project area of debris and garbage and uncover buried structures before the execution of field investigation activities. This will be necessary to locate and assess existing infrastructure. All the deliverables described in this scope of work are contingent upon the City removing debris and clearing the project site. 210 Topographic Survey 300 Engineering shall contract the services of a licensed State of Florida Surveyor to conduct a topographic survey of the project site (Cairo Lane and 127th Street). The topographic survey will include elevations, easements, right of way limits, edges of pavement, visible utilities, and other surface features. The licensed State of Florida Surveyor will investigate records and deeds of the Right of Way ROW) strips and of abutting properties for determining ROW width on Cairo Lane and NW 127th Street and compare records with any field evidence. For ROW establishment, the survey will use as reference the Route Topographic Survey (Cairo Ln.) and Specific Purpose Survey (NW 127 St) provided by the City and prepared by Premiere Design Solutions (PDS), dated 08/15/2014 and signed in 11/10/2014 by Fernando Fernandez, PLS. The survey will locate all the existing aboveground improvements and occupational evidences within the ROW. The survey will also establish vertical control run level loop from official benchmarks and set project TBM's, take spot elevations at high and low points, cross -sections at every 100 feet, elevations on top of utilities and determine invert elevations for any existing drainage and gravity sewer system, including pipe size, directions and materials to the extent possible. The survey will also determine approximate height above grade for overhead cables and wires. In addition, and as requested by the City, the topographic survey will include underground utility location at three (3) locations: • Intersection of Cairo Lane and NW 135th St • TMR's crossing conduit for future use on Cairo Lane • Crossing concrete conduit on Cairo Lane by TMR's scale 220 Geotechnical Investigation 300 Engineering shall contract the services of a Professional Geotechnical Engineer to perform Standard Penetration Test (SPT) borings at the project site in accordance with the American Society of Testing Materials (ASTM) D-1586. A total of twelve (12) soil borings are estimated, 7 which shall be spaced at maximum of 500 feet. Excavation clearances shall also be provided under this task. The geotechnical investigation will provide information on the quality of the soils in the area for pipeline installation (along Cairo Lane) and for the roadway reconstruction along Cairo Lane and 127th Street. Deliverables The following deliverables will be submitted to the City as part of Task 200: • Field Assessment Report. One (1) electronic copy • Topographic Survey. One (1) signed and sealed electronic copy • Geotechnical Report. One (1) signed and sealed electronic copy 300 Stormwater System Assessment and Development of Basis of Design 300 Engineering will conduct an assessment of the stormwater system. This assessment will include the following activities: • Evaluate the design parameters defined by Intercounty Engineering in the response to the RFP No: 15-2940110 "Cairo Lane and NW 127th Street Roadway, Drainage, Water, and Wastewater Improvements" dated May 1st, 2015 • Assess the built infrastructure (visible structures such as catch basins, grate inlets, manholes) and identify deviations from the original design along Cairo Lane and NW 127th Street • Evaluate the designed system capacity to handle the stormwater runoff generated at the project site and the discharge to the NW 127th Street Canal • Evaluate the capacity and adequacy of the stormwater treatment system installed by Intercounty Engineering at Cairo Lane • Evaluate the need for a stormwater pump station for the discharge of the treated runoff • Identification of permitting requirements for the completion of the stormwater system improvements Based on the assessment results, 300 Engineering will prepare a Basis of Design Technical Memorandum that will include the design criteria to be used to complete the stormwater system improvements in Cairo Lane and NW 127th Street. This assessment may result in the use of already installed infrastructure or the need of a complete redesign and construction of new infrastructure. Deliverables The following deliverables will be submitted to the City as part of Task 300: • Draft Stormwater System Basis of Design Technical Memorandum. One (1) electronic copy • Final Stormwater System Basis of Design Technical Memorandum. One (1) signed and sealed electronic copy 8 400 Force Main System Assessment and Development of Basis of Design 300 Engineering will conduct an assessment of the force main system. This assessment will include the following activities: • Evaluate the design parameters defined by Intercounty Engineering in the response to the RFP No: 15-2940110 "Cairo Lane and NW 127th Street Roadway, Drainage, Water, and Wastewater Improvements" dated May 1st, 2015. 300 Engineering will not provide alternatives evaluation for the sanitary sewer system since the City indicated that a force main system is the preferred alternative due to the contaminated soils in the project area • Assess the built infrastructure (visible infrastructure such as valves and service connections) and identify deviations from the design developed by Intercounty Engineering as indicated in the design plans provided by the City on July 1st, 2020 • Estimation of the pressure at the point of connection (POC) with the existing force main at NW 135th Street. The estimation of the pressure at the POC will be conducted based on the data available at the Miami -Dade County Regulatory and Economic Resources' (RER) database for the connected pump stations, as reported by the City • Verify the required number of service connections along Cairo Lane and Alexandria Drive • Identify the location of installed service connections along Cairo Lane and Alexandria Drive • Define the installation method for the pending service connections along Cairo Lane and Alexandria Drive • Define the installation method for the pending force main section crossing NW 135th Street and the connection to the exiting force main along NW 135th Street • Identification of permitting requirements for the completion of the force main system improvements Based on the assessment results, 300 Engineering will prepare a Basis of Design Technical Memorandum that will include the design criteria to be used to complete the force main system improvements in Cairo Lane and Alexandria Drive. This assessment may result in the use of already installed infrastructure or the need of a complete redesign and construction of new infrastructure. Deliverables The following deliverables will be submitted to the City as part of Task 400: • Draft Force Main System Basis of Design Technical Memorandum. One (1) electronic copy • Final Force Main System Basis of Design Technical Memorandum. One (1) signed and sealed electronic copy 500 Fire Hydrants & Water Valves Assessment and Development of Basis of Design 300 Engineering will conduct an assessment of the fire hydrants and water system valves. This assessment will include the following activities: • Evaluate the design parameters defined by Intercounty Engineering in the response to the RFP No: 15-2940110 "Cairo Lane and NW 127th Street Roadway, Drainage, Water, and Wastewater Improvements" dated May 1st, 2015 9 CNG� ;EKING GROUP PA. " Assess the built infrastructure (visible structures such as valves, fire hydrants, and meters) and identify deviations from the original design " Verify fire protection coverage as per Miami -Dade Fire Department requirements " Define possible locations of missing fire hydrants " Define if adjustments are required for installed fire hydrants " Identify valves for the interconnection of the existing water main, new water main and abandoned lines adjacent to 13070 Cairo Lane. This activity shall be executed with the assistance of the City's Public Works Department Based on the assessment results, 300 Engineering will prepare a Basis of Design Technical Memorandum that will include the design criteria to be used to complete the installation of fire hydrants and water system valves along Cairo Lane and NW 127th Street. This assessment may result in the use of already installed infrastructure or the need of a complete redesign and construction of new infrastructure. Deliverables The following deliverables will be submitted to the City as part of Task 500: " Draft Fire Hydrants and Water Valves Assessment Basis of Design Technical Memorandum. One (1) electronic copy " Final Fire Hydrants and Water Valves Assessment Basis of Design Technical Memorandum. One (1) signed and sealed electronic copy 600 Roadway Reconstruction Assessment and Development of Basis of Design 300 Engineering will conduct an assessment of the roadway reconstruction. This assessment will include the following activities: " Evaluate the design parameters defined by Intercounty Engineering in the response to the RFP No: 15-2940110 "Cairo Lane and NW 127th Street Roadway, Drainage, Water, and Wastewater Improvements" dated May 1st, 2015 " Evaluate the suitability of soils & fill materials, along Cairo Lane and NW 127th Street " Verify the applicability of the design criteria, as defined by Intercounty Engineering in the response to the RFP No: 15-2940110 "Cairo Lane and NW 127th Street Roadway, Drainage, Water, and Wastewater Improvements" dated May 1st, 2015, of the roadway based on current road conditions along Cairo Lane and NW 127th Street " Define the best construction method for the installation of concrete pavement that will allow minimum disruption to the traffic in the area " Evaluation of the design proposed by Intercounty Engineering for the opening of the median at NW 32nd Ave, as indicated in the design drawings provided by the City on July 1St, 2020 " Identification of permitting requirements for the completion of the roadway improvements Based on the assessment results, 300 Engineering will prepare a Basis of Design Technical Memorandum that will include the design criteria to be used for the roadway reconstruction of Cairo Lane and NW 127th Street. This assessment may result in the use of already installed infrastructure or the need of a complete redesign and construction of new infrastructure. 10 Deliverables The following deliverables will be submitted to the City as part of Task 600: • Draft Roadway Reconstruction Basis of Design Technical Memorandum. One (1) electronic copy • Final Roadway Reconstruction Basis Design Technical Memorandum. One (1) signed and sealed electronic copy SCHEDULE The Project Schedule is approximately four (4) months from NTP. INVOICING Invoicing will be monthly as per the Contract between 300 Engineering and the City of Opa-Locka. Invoices shall be paid within thirty (30) days of invoice receipt. COMPENSATION The services described herein will be performed on a fixed lump sum fee basis, as per the Contract between 300 Engineering and the City of Opa-Locka, in the amount shown in Appendix A as CONTRACT GRAND TOTAL. Miles, reproduction, and other reimbursable expenses are to be paid as presented and approved. ASSUMPTIONS This Scope of Services is based on the following assumptions: • All requested information will be made available to 300 Engineering by the City • When available, the City will provide 300 Engineering with any requested AutoCAD information in electronic format • The City's staff will be available to attend meetings and assist 300 Engineering with site visits • City of Opa-Locka's police might be required to accompany 300 Engineering's staff and its subconsultants during site investigation activities. The cost of the police officers must be paid by the City • The City shall clear the project area of debris and garbage and uncover buried structures before the execution of field investigation activities. This will be necessary to locate and assess existing infrastructure. All the deliverables described in this scope of work are contingent upon the City removing debris and clearing the project site • The assessments and basis of designs developed under this scope of work may result in the use of already installed infrastructure or the need of a complete redesign and construction of new infrastructure • For ROW establishment, the topographic survey will use as reference the Route Topographic Survey (Cairo Ln.) and Specific Purpose Survey (NW 127 St) provided by the City and prepared by Premiere Design Solutions (PDS), dated 08/15/2014 and signed in 11/10/2014 by Fernando Fernandez, PLS. 11 " The City shall provide 300 Engineering with the as-builts of the infrastructure in Alexandria Drive. Per the City, the as-builts of Alexandria Drive are currently under development by others and will be provided to 300 Engineering before the completion of this assessment (Task 1). Thus, survey of Alexandria Drive is not included in this project (Task 1). " 300 Engineering will assist in the location of water valves in coordination with the Public Works Department's staff. 300 Engineering shall not operate valves as this will be the responsibility of the City's staff " 300 Engineering will not provide alternatives evaluation for the sanitary sewer system since the City indicated that a force main system is the preferred alternative due to the contaminated soils in the project area " The estimation of the pressure at the point of connection (POC) of the force main will be conducted based on the data available at the Miami -Dade County Regulatory and Economic Resources' (RER) database for the connected pump stations, as reported by the City. This information shall be provided by the City " 300 Engineering shall not be responsible for any delays in the project caused by response times from the City and/or utility owners " Design services are not included in this scope of work " 300 Engineering shall not be held liable for the integrity, proper functioning and adequate installation of infrastructure installed by Intercounty Engineering " The evaluation of the integrity of installed pipelines would require cleaning of such pipelines. Pipeline cleaning and evaluation shall be conducted by the City and is not included in this scope of work " 300 Engineering shall not be liable for any malfunction or damage to the City's roadways, water distribution system, drainage system, force main, and/or consumer lines " The City shall provide 300 Engineering with the contact information of the property owners within the project site " The City shall provide 300 Engineering with the contact information, if available, of utility owners that were involved during the Design -Build project conducted by Intercounty Engineering " In consideration of this Project, unrestricted access to data and information sources is made available to 300 Engineering. 300 Engineering shall comply fully with all security procedures, and shall not divulge to third parties all confidential Data Information obtained from the City of Opa-Locka while performing consulting services, including, but not limited to, security procedures, business operations information or proprietary information in the possession of the City of Opa-Locka. 300 Engineering shall not be required to keep confidential information or material that is publicly available through no fault of 300 Engineering, material that 300 Engineering developed independently without relying on the State's or Customer's confidential information, or material that is otherwise obtainable under State Law as a public record 12 City of Opa-Locka RFQ No. 20-0324200 Task # 1 "C airo Lan e, NW 127th Street and Alexandria Dri ve Proj ect — E ngineering and Asses sment Servic es" F ee Sch edule Pri ncip al Proj ect Ma nager Op erati ons S up oon S eni or E ngi neer ProJ ec E ngi neer I nsp ector Total Ho ur s L ab or S ubt ot al Rata, 8/Hr $215.00 $190.00 $160 .00 $160.00 $140.00 $90.00 Subta ak 100 200 300 400 500 600 Pro jec t Ma nagement Site Investigation Stomnv ater System As se ssmen t an d Dev elopment of Basis of Design Force Main System Assessment and Development of Buis of Design Fire Hydrants Assessment and Development of Basle of Design Roadway Reconstructio n Assessmen t and Dev elopmen t of Buis of Des ign 4 2 2 2 10 15 16 12 8 16 0 24 10 19 24 18 4 12 72 32 12 38 14 48 72 72 48 104 0 40 0 0 0 0 32 139 172 137 93 178 To ta l (Hou rs) Sub -Total Labo r Fu ODC's (M ileage. Reproduction & Reimbursable) Topographic Survey' Geotechnical Investigation' Su b Total ODC's (Mile age, Reproduc tion 8 Re imbursa ble) Sub -Tota l La bo r Fe&O DC 11 77 95 170 358 40 751 % Utiliza tion 1.48% 10.25% 12.85% 22.64 % 47.67 % 5.33% 100 .00% $5,360 .00 $18,930.00 $26,670.00 $20,950.00 $14,215.00 $26,990.00 $5,360.00 $18,930.00 $26,670.00 $20,950.00 $14,215.00 $26,990.00 $113,115 .00 $39,750.00 $6,431.00 $46,181 .00 $159,296.00 To tal (8) $2,355.00 $14,630. 00 $15,200.00 $27,200.00 $50,120.00 $3,600 .00 $159,298.00 Notes: 1. Detaled propose) from the Professional Land Surveyor Is included In this Appends 2. D etailed proposal fro m the Professional Geotechnlcal Engine er Is Included hr this Appendb Page 1 BELLO BELLO Land Surveying - Mapping Sciences August 21, 2020 Ms. Ana C Dvorak, ENV SP. 300 ENGINEERING GROUP, P.A. 3850 Bird Road, Suite 601 Miami, Florida 33146 OFF: 305-602-4602 I TEL: 786-781-2689 I FAX: 305-675-2373 via email to: acdvorak@300engineering.com RE: REVISED PROPOSAL FOR ROUTE TOPOGRAPHIC AND AS -BUILT SURVEY Dear Ana, Based on our previous conversation and on our understanding of the requirements, Bello and Bello (BB) is pleased to present the attached proposal for your consideration and acceptance. Upon approval, please return a signed copy of this proposal to us. The work will be performed by fully insured personnel and under the supervision of a Florida registered Professional Land Surveyor and Mapper. Certificates of Insurance will be provided upon request. We appreciate the opportunity to provide this proposal and look forward to working with you on this project. Should you have any questions do not hesitate to contact us. Very Truly Yours, Oa ass Odalys C. Bello, PSM President LAND SURVEYING AND MAPPING SCIENCES 12230 SW 131 Avenue, Suite 201 - Miami, Florida 33186 - Ph: 305.251.9606 www.bellolandsurveying.com Page 1 of 3 BELLO BELLO Land Surveying - Mapping Sciences PROJECT NAME: • Opa-locka — Cairo Lane ROW Improvements PROJECT LOCATION (Reference) • Address: 13200 Cairo Lane, Opa-locka, FL 33054 • Folio: 08-2128-003-0540 • Legal Description: Section 28-52-41 Miami -Dade Co. FL PROJECT SIZE • +/- 2,640' LF along Cairo Lane • +/- 2,056' LF along N.W. 127th Street • Total: +/- 4696 LF SCOPE OF SERVICES Task # 1 Route Topographic Survey to include: • Sub Task #1.1: Investigate records and deeds of the R/W strips and of abutting properties for determining ROW width on Cairo Lane and NW 127th Street. Compare records with any field evidence. For ROW (s) establishment this firm will use as reference the Route Topographic Survey (Cairo Ln.) and Specific Purpose Survey (NW 127 St) provided by City prepared by Premiere Design Solutions (PDS), dated 08/15/2014 and 11/10/2014 signed by Fernando Fernandez, PLS. • Sub Task # 1.3: Location and survey all the existing aboveground improvements and occupational evidences. location of all improvements within R/W • Task # 1.4: Establish Vertical Control run level loop from official benchmarks and set project TBM's, take spot elevations at high and low points, take cross -sections at every 100 ft., elevations on top of utilities and determine invert elevations for any existing drainage and gravity sewer system, determine pipe size, directions and materials to the extent possible. Determine approximate height above grade for overhead cables and wires. Note that cleaning of the structures might be necessary. Task # 2 SUE (Underground Utility Location): Bello & Bello will perform SUE (Subsurface Utility Engineering) Quality Level "A" Utility Designation including softdigs accordance with the American Society of Civil Engineers ASCE CI -38-02. Area subject to SUE will be the following: 1. Intersection of Cairo Lane and NW 135th St. This section Does require the underground utility location for the force main tie-in. 2. TMR's crossing conduit for future use on Cairo Lane. 3. Crossing concrete conduit on Cairo Lane by TMR's scale. LAND SURVEYING AND MAPPING SCIENCES 12230 SW 131 Avenue, Suite 201 - Miami, Florida 33186 - Ph: 305.251.9606 www.bellolandsurveying.com Page 2 of 3 BELLO BELLO Land Surveying - Mapping Sciences Softdigs Steps • Sub Task # 2.1: Performing Vac Truck Softdigs and restauration are time consuming activities that will partially block the right of ways and require special MOT. Bello & Bello will design and perform Temporary Traffic Control (TTC/MOT) plan as required for work within non FDOT right of way(s) in compliance with FDOT policies and applicable MUTCD - Index 600. • Sub Task # 2.2: Prior to the excavations, B&B will generate a coordinate sheet for proposed excavation based on WASD's instructions. A Survey field crew will mark the area with white paint — tolerance of approximately 5 feet around the proposed location. The SUE Designation crew will perform Ground Penetrating Radar (GPR) designation survey to accurately identify the utility and pinpoint the location in order to avoid wrongful excavation. The vacuum truck crew will do the actual excavation and the survey crew will take the required information: horizontal coordinates, grade elevation on top, elevation of top of pipe, determining pipe size/material and confirm the type of utility. Upon completion of site survey area will be restored to its original condition. • Sub Task 2.3: SUE data processing. Comparing findings with data depicting on the Topographic Survey, updating the survey accordingly, preparing the Utility Map and the Certified Softdigs Report. PROVISIONS Horizontally: Georeferenced to Florida State Plane Coordinate System, NAD'83/2011 adjustment. Vertically: Elevations will be referenced to NGVD'29. Completion time depends on weather conditions, however we estimate 60 business days DELIVERABLES Six (6) certified copies of each survey prepared in compliance with Miami -Dade County survey standards and the standards of practice as set forth by the Florida Board of Professional Surveyors and Mappers in applicable provisions of Chapter 5J-17, Florida Administrative Code, pursuant to Section 472.027, Florida Statutes. A pdf copy and a drawing file in AutoCAD Civil3D 2018 or earlier version. SUE Certified Utility Report and Mapping: One (1) certified sketch with depiction of softdigs (including horizontal coordinates, grade elevations and utility information as determined in the field). FEES Task # 1: $ 36 000.00 Lump Sum Task # 2: $ 1250.00 per soft Dig THIS AGREEMENT IS HEREBY ACKNOWLEDGED AND ACCEPTED. I understand and agree that by signing below I APPROVE AND ACCEPT this proposal as a legal binding contract. By: Date: Signature: Title: LAND SURVEYING AND MAPPING SCIENCES 12230 SW 131 Avenue, Suite 201 - Miami, Florida 33186 - Ph: 305.251.9606 www.bellolandsurveying.com Page 3 of 3 GFA International, Inc. Florida's Leading Engineering Source Ms. Ana C Dvorak 300 Engineering Group, P.A. 3850 Bird Road, Suite 601 Miami, FL 33146 Phone: (305) 602-4602 Email: acdvorak@300engineering.com Proposal for Geotechnical Exploration Opa-Locka Cairo Lane Project Along Cairo Lane & 127th Street, Opa-Locka, FL Proposal No. 20-1931.00 July 31, 2020 A Universal Engineering Sciences Company A Universal Engineering Sciences Company Geotechnical Engineering I Construction Materials Testing and Inspections Building Code Compliance I Environmental, Health & Safety I Facilities Consulting Ms. Ana C Dvorak 300 Engineering Group, P.A. 3850 Bird Road, Suite 601 Miami, FL 33146 Phone: (305) 602-4602 Email: acdvorak@300engineering.com RE: Proposal for Geotechnical Exploration Opa-Locka Cairo Lane Project Along Cairo Lane & 127th Street, Opa-Locka, FL Proposal No. 20-1931.00 Dear Ms. Dvorak: LOCATIONS Atlanta, GA Buford, GA Chantilly, VA Charlotte, NC Clewiston, FL Daytona, FL Delray Beach, FL Douglasville, GA Fort Myers, FL Fort Pierce, FL Gainesville, FL Hagerstown, MD Irvine, CA Jacksonville, FL Kennesaw, GA Las Vegas, NV Miami, FL Ocala, FL Orlando, FL Palm Coast, FL Panama City, FL Pelham, AL Pensacola, FL Port St. Lucie, FL Reno, NV Rockledge, FL Sarasota, FL St Petersburg, FL Tampa, FL Tilton, GA West Palm Beach, FL July 31, 2020 GFA International, Inc. (GFA) appreciates the opportunity to become a part of your project team. Our team of professionals are dedicated to making this project a success, both on schedule and within budget. We are proud of our commitment to maintaining the highest levels of customer service and client satisfaction, and respectfully submit the following for your consideration. PROJECT INFORMATION It is GFA's understanding that this project is to consist of stormwater, roadway improvements, and force main installation along Cairo Lane and 127th street in Opa-Locka, FL. GEOTECHNICAL EXPLORATION Exploration is to consist of twelve (12) Standard Penetration Test (SPT) borings within the proposed structure for this geotechnical study. The borings will be completed with a truck or track -mounted drilling equipment. The depths are needed to evaluate the nature of the subsurface soils and general subsurface conditions for the proposed development. The borings will be performed to depths of 15 feet below grade. Underground utility clearance will be required prior to commencing the drilling of the SPT borings. Therefore, GFA will contact "Sunshine One -Call" Service to obtain underground public utility clearance. We request to be notified of the location of any existing private underground utilities and/or structures in the exploratory area prior to our field work. We will not be responsible for private and/or public underground utilities and/or structures not identified to our field crews. We have assumed that our field work can be performed during normal business hours. GFA will subcontract the performance of the Maintenance of Traffic (MOT) and the preparation of a MOT plan. These items will be needed for GFA to perform borings within the roadways as requested. Right of Way (ROW) and MOT permits will be responsibility of the client. GFA International, Inc. 11215 Wallace Drive, Delray Beach, FL 33444 I ph 561-347-0070 I teamgfa.com Page 2 of 5 Opa-Locka Cairo Lane Project July 31, 2020 Project No. 20-1931.00 PURPOSE The purpose of the services on this project is to explore the subsurface soil/rock conditions and provide roadway and pavement recommendations, including soil engineering parameters, soil parameters, soil classification, anticipated settlements, allowable bearing capacity, fill materials and compaction requirement to be used in evaluation of the site for the proposed construction. PROPOSED SCOPE OF SERVICES The geotechnical exploration and report shall include the following at a minimum: ➢ Perform twelve (12) standard penetration test (SPT) borings. The borings will be completed to depths of 15 feet below existing grade, utilizing a truck or track -mounted drilling equipment. The SPT borings will be used as an investigative tool. > Two (2) days of Maintenance of Traffic (MOT) and MOT plan for the borings to be performed on the roadways. ➢ A software -generated and plotted log of each boring will be prepared. > Prepare a site plan showing the approximate test locations. ➢ Summarize the activities on this project in the form of a Geotechnical Report which will include test procedures used, data collected, evaluation of subsurface soil conditions, and engineering recommendations for the proposed construction. > Provide recommended site preparation procedures and imported fill requirements. An estimated LUMP SUM for the scope of services detailed above is $6,431.00. Please Note: This estimate is based on the site being accessible to a truck or track -mounted drilling equipment. If this is not the case, revisions will need to be made to this estimate to accommodate mobile drilling equipment or heavy -equipment to access boring locations. Estimate also assumes work to be completed in two (2) 8 -hour days during regular hours. GFA will not exceed the fee stated above unless the encountered soils are significantly different than those anticipated, the site is not accessible to truck mounted drilling equipment and/or if the report will require additional hours for engineering analysis due to the encountered soils being significantly different than those anticipated. The additional services and its cost shall be negotiated. CONDITIONS AND QUALIFICATIONS GFA's terms are C.O.D. (credit cards are accepted) unless a credit application has been approved or credit has been previously established. If credit is established, the terms will be 2/10/net-30days. The pricing contained herein is subject to change if this proposal is not authorized within 90 days from the date of this proposal. If more than 90 days have passed since the date of this proposal, please contact us for an updated proposal. Additional items not listed in this proposal will be quoted upon request. A digitally signed and sealed .pdf report will be provided at no charge. Hard copies of reports can be provided upon request, at a unit rate of $75.00 per report. AUTHORIZATION All services will be conducted in accordance with this proposal and attached Terms and Conditions. To initiate services, please complete and return the included Proposal Acceptance Agreement form. The Terms and Conditions are part of this agreement. The signed proposal acceptance agreement form must be received by GFA via fax or email prior to any work being performed, and an original copy must be received before completed reports can be distributed. GFA International, Inc. 11215 Wallace Drive, Delray Beach, FL 33444 I ph 561-347-0070 I teamgfa.com Page 3 of 5 Opa-Locka Cairo Lane Project Project No. 20-1931.00 July 31, 2020 CLOSING GFA appreciates the opportunity to submit this proposal and looks forward to working with you as a member of the project team. Please contact the undersigned at 561.347.0070 if you have any questions or comments. From our team to yours, GFA International, Inc. CA#4930 Carl s Mercado, M.S., P.E. Bran h Manager Kalli Krivdo Business Development Representative Estela G. Leon Aguilar, M.S, P.E. Geotechnical Department Manager Attachments: Exhibit "A" — GFA International Inc.'s Standard Terms & Conditions Exhibit "B" — Report Distribution Information Request Form GFA International, Inc. 11215 Wallace Drive, Delray Beach, FL 33444 I ph 561-347-0070 I teamgfa.com Page 4 of 5 AMENDMENT TO THE ORIGINAL ASSESSMENT AND EVALUATION OF THE CAIRO LANE, NW 127TH STREET AND ALEXANDRIA DRIVE PROJECT AGREEMENT BETWEEN THE CITY OF OPA-LOCKA, FLORIDA, AND 300 ENGINEERING GROUP, P.A THIS AMENDMENT TO THE ORIGINAL ASSESSMENT AND EVALUATION OF THE CAIRO LANE, NW 127TH STREET AND ALEXANDRIA DRIVE PROJECT AGREEMENT is made this day of 2021, by and between 300 Engineering Group, P.A, a Florida corporation authorized to conduct business in the State of Florida (the "Contractor"), with principal offices located at 7777 Ponce de Leon Blvd., Suite 300, Coral Gables, Florida 33134 and the City of Opa-Locka, Florida (the "CITY"), a Florida municipal corporation. WHEREAS, the City of OPA-LOCKA ("City") entered into the Original Assessment and Evaluation of the Cairo Lane, NW 127th Street and Alexandria Drive Project Agreement ("Project Agreement") with 300 Engineering Group, P.A ("Contractor"), a Florida corporation authorized to conduct business in the State of Florida, on September 9, 2020; and WHEREAS, the Assessment and Evaluation Agreement was entered into by the parties pursuant to Resolution 20-9802; and WHEREAS, on July 28, 2021, pursuant to Resolution No. , the City Commission approved the modification of the Scope of Services of the Project Agreement to include the removal of debris and cleaning of stormwater structures as well as additional changes to the Project Agreement provisions as contained herein; and WHEREAS, the parties desire to specifically amend the Project Agreement, Article 4 entitled "Compensation"; Article 6 entitled "Termination"; Section 9.2 entitled "Warranties and Guarantees"; Section 14 entitled "Notices", and Attachment "A" of the Agreement; and WHEREAS, the City Commission desires to authorize the City Manager to execute the Amendment to the Original Project Agreement between CITY and 300 Engineering Group, P.A as set forth herein. NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter set forth herein, the parties hereby agree as follows: 1. The foregoing recitals are true and correct and incorporated herein by reference. Terms not defined herein shall have the same meaning as ascribed to them in the Project Agreement. 2. The Recitals of the Project Agreement shall be amended to add a fifth paragraph to read as follows, with all other provisions of the Project Agreement remaining the same: 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") to the assessment and evaluation of the Cairo Lane. NW 127th Street and Alexandria Drive Project, including the verification of the design proposed by the previous Contractor, and to develop basis design for the completion of the stormwater, force main, water system, and roadway improvement Page 1 of 5 WHEREAS, Consultant has also been selected by the City to provide the corresponding Removal of Debris and cleaning of the Stormwater Structures necessary to complete the Project (known also as the Project, the "Services" or the "Scope of Services") 3. Attachment "A" of the Project Agreement shall be amended to include the Contractor's Proposal for Debris Removal and Cleaning of Stormwater Structures dated June 24, 2021, with all other provisions of the Original Project Agreement remaining the same: ATTACHMENT "A" Consultant Scope of Work and Fee Proposal dated August 24, 2020 to provide engineering consulting design services for the assessment and evaluation of the Cairo Lane, NW 127th Street and Alexandria Drive Project, including the verification of the design proposed by the previous Contractor, and to develop basis design for the completion of the stormwater, force main, water system, and roadway Improvement for the amount of one hundred fifty nine thousand two hundred ninety six dollars ($159,296.00) and Consultant Scope of Work and Fee Proposal dated Tune 24, 2021 to provide engineering consulting design services for debris removal and cleaning of stormwater structures for the amount of two hundred sixty-four thousand, seven hundred, nineteen dollars ($264,719.00). 4. Section 4 entitled "Compensation", shall be amended to read as follows with all other provisions of the Original Project Agreement remaining the same: 4. COMPENSATION Compensation (the "Contract Sum") for performing the Services related to the Project shall be the fee of One Hundred Fifty -Nine Thousand Two Hundred Ninety -Six Dollars ($159,296.00) specified in the Scope of Services request accepted by the City. Compensation (the "Contract Sum") for performing the Removal of Debris and cleaning of the Stormwater Structures necessary to complete the Project shall be the fee of Two Hundred Sixty -Four Thousand, Seven Hundred, Nineteen Dollars ($264,719.00). 5. Section 6 entitled "Termination", shall be amended to read as follows with all other provisions of the Original Project Agreement remaining the same: 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 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. Page 2 of 5 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. Termination will take effect immediately after five calendar days unless Consultant cures the identified problem on or before the final 5th calendar day after notification. 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. 6. Section 9.2 entitled "Warranties and Guarantees", shall be amended to read as follows with all other provisions of the Original Project Agreement remaining the same: 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 and/or studies due to negligent acts, errors or omissions for one year following completion or abandonment of the contracted consulting and design services. 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. 7. Article entitled "Notices", shall be amended to read as follows with all other provisions of the Original Project Agreement remaining the same: 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, with courtesy copy via email. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR CONSULTANT: 300 Engineering Group P.A. 7777 Ponce de Leon Blvd. Suite 300 Coral Gables, FL 33134 fatorrealba@300engineering.com Page 3 of 5 FOR CITY: WITH COPY TO: City of Opa-Locka John Pate, City Manager 780 Fisherman Street Opa-Locka, FL 33054 jpate@opalockafl.gov Burnadette Norris -Weeks, P.A. City Attorney 401 North Avenue of the Arts (NW 7th Avenue) Fort Lauderdale, FL 33311 Facsimile: 954-768-9790 Telephone: 954-768-9770 cityattorney@opalockail.gov Except as modified by this Amendment the Project Agreement remains unmodified and in full force and effect in accordance with the terms thereof, and the Cr1 Y and the CONTRACTOR hereby ratifies, confirms, and adopts the Agreement as amended herein. This Amendment was expressly contingent upon the approval of the City Commission on July 28, 2021 and shall become effective only when signed by all parties and approved by, or on behalf of by a person with delegated authority. IN WITNESS WHEREOF, CITY and 300 Engineering Group, P.A a Florida corporation authorized to conduct business in the State of Florida, have caused this Amendment to be executed on the date first above written. ATTEST: CITY OF OPA-LOCKA OPA-LOCKA CITY CLERK BY: By: City Clerk City Manager APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: City Attorney STATE OF FLORIDA COUNTY OF MIAMI-DADE The forgoing instrument was acknowledged before me this _ day of , 2021 by John E. Pate, City Manager of the City of Opa-Locka, Florida, who is personally known to me or has produced identification and acknowledged that he did execute this instrument for the purpose stated herein. Notary Public, State of Florida My Commission Expires: Print Name Page 4 of 5 WITNESS: Signature Print Name Signature Print Name STATE OF FLORIDA COUNTY OF MIAMI-DADE CONSULTANT 300 Engineering Group, P.A, a Florida corporation authorized to conduct business in the State of Florida By: Name: Title: By: Name: Title: The forgoing instrument was acknowledged before me this _ day of , 2021 by [Name and Position' , who is personally known to me or has produced identification and acknowledged that he did execute this instrument for the purpose stated herein. My Commission Expires: Notary Public, State of Florida Print Name Page 5 of 5