Loading...
HomeMy Public PortalAbout21-9900 Agreement with H.W. Lochner Inc for Engineering Consulting Services to NW 151 Street and 154 StreetSponsored by: City Manager RESOLUTION NO. 21-9900 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH H.W. LOCHNER INC. TO PROVIDE ENGINEERING CONSULTING SERVICES TO REPLACE THE WATER MAINS IN THE CITY OF MIAMI GARDENS, NORTH OF NW 151st STREET TO NW 154th STREET BETWEEN 37th AVENUE AND 32nd AVENUE, IN AN AMOUNT NOT TO EXCEED ONE HUNDRED FIFTY THOUSAND DOLLARS ($150,000.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") seeks to maintain the City's water distribution system in good repair; and WHEREAS, the City of Opa-Locka is contractually obligated to provide water and sewer services to certain portions of the City of Miami Gardens; and WHEREAS, a portion of the City's water distribution system, which is beneath the City of Miami Gardens roadway, has had numerous leaks in the past year. The roadway is located north of NW 151st Street to NW 154th Street Between 37th Avenue and 32nd Avenue; and WHEREAS, the City of Miami Gardens is planning to undertake a major resurfacing project for the roadway and needs to have any projects contemplated by the City of Opa-Locka completed before resurfacing can begin; and WHEREAS, the proposed project is for engineering services and preparation of a complete set of construction contract plans for water main replacement in an amount not to exceed One Hundred Fifty Thousand Dollars ($150,000.00); and WHEREAS, on June 10, 2020, through Resolution #20-9767, the City Commission of the City of Opa-Locka ("Commission") accepted bid proposals from several Consultants for continuing professional architectural and engineering consulting services pursuant to RFQ No. 20-0324200. The Commission further authorized the City Manager to enter into multiple agreements for architectural and engineering consulting services as provided therein; and Resolution No. 21-9900 WHEREAS, the City Commission approved entering into an agreement with H.W. Lochner, Inc. for architectural, construction testing, inspections and general consulting engineering services; and WHEREAS, H.W. Lochner, Inc. has proposed a scope of work/proposal to provide all project management and professional engineering services required for the design and preparation of a complete set of construction contract plans for the Water Main Replacement for the City, pursuant to the proposal attached hereto as Exhibit "A", in an amount not to exceed One Hundred Fifty Thousand Dollars $150,000.00; and WHEREAS, the City Manager recommends approval of this project to reduce repair costs and water loss; and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to enter into an agreement with H.W. Lochner, Inc., attached hereto as Exhibit "B" for the provision of qualified professional services, as set forth herein, and same. NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-Locka hereby authorizes the City Manager to enter into an agreement with H.W. Lochner Inc., attached hereto as Exhibit "B", to provide engineering consulting services to replace the water mains in Miami Gardens, north of NW 151st Street to NW 154th Street between 37th Avenue and 32nd Avenue, in an amount not to exceed One Hundred Fifty Thousand Dollars ($150,000.00), pursuant to the proposal attached hereto as Exhibit "A". Section 3. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. This Resolution shall take effect immediately upon adoption and is subject to the approval of the Governor or his designee. Resolution No. 21-9900 PASSED AND ADOPTED this 8th day of September, 2021. Li Matthew A. igatt, Mayor ATTEST: a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: rZ Burnadette Norr s- eeks, A. City Attorney Moved by: Commissioner Taylor Seconded by: Vice Mayor Williams VOTE: 5-0 Commissioner Taylor YES Commissioner Bass YES Commissioner Davis YES Vice -Mayor Williams YES Mayor Pigatt YES City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: - , City Manager: John E. Pate CM Signature: ---. Commission Meeting Date: 09/08/2021 Item Type: (Enter X in box) Resolution ante Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading 2nd Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Accountil: (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 Image Communication Area: Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X • • • MI Sponsor Name City Manager Department: City Manager Short Title: Miami Garden Water Service Line - Improvement Design Staff Summary: A resolution of the City Commission, of the City of Opa-locka authorizing the City Manager to enter into an agreement with H.W. Lochner Inc to provide engineering consulting services to replace the water mains in Miami Gardens north of NW 151 Street to NW 154 Street between 37th Avenue and 32nd Avenue. On June 10, 2020, the City Commission 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. H.W. Lochner Inc is 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. This portion of the water distribution system has had numerous leaks in the past year. Additionally, this portion of the distribution system is beneath the City of Miami Gardens roadway. Miami Gardens is planning to undertake a major resurfacing project for this roadway and needs to have any projects contemplated by the City of Opa-locka completed before resurfacing can begin. This project is for engineering services and preparation of a complete set of construction contract plans for water main replacement for $150,000.00. Financial Impact Account Description Available Project Remaining Balance 75-535638 Miami Gardens Service Lines $200,000 $150,000 $50,000 Proposed Action: Staff recommends approval of this project to reduce repair costs and water loss. Attachment: 1. Agenda 2. Proposal provided by H.W. Lochner Inc 3. RFQ Specific Project Contract with H.W. Lochner In 4. E -Verify Form LOCHNER CONSULTANT WORK ORDER PROPOSAL Water Main Replacement for City of Opa-Locka Date: July 2, 2021 Dear Mr. Airia Austin: H.W. Lochner, Inc. 8750 NW 36th Street Suite 360 Miami, FL 33178 T 305.503.9873 F 305.503.9882 hwlochner.com HW Lochner, Inc. proposes to provide the services identified below for the project entitled "Water Main Replacement for City of Opa-Locka pursuant to RFQ No. 20- 0324200 for Architectural and Engineering Consulting Services, submitted on May 15, 2020. I. GENERAL The general objective for the Consultant is to provide all project management and professional engineering services required for the design and preparation of a complete set of construction contract plans for the Water Main Replacement for the City of Opa- Locka, as listed below. Elements of work shall include water main plans design, plans production, coordination, and permitting. See attached map of water main location. All plans and design documents are to be prepared with Standard English values in accordance with all applicable City of Opa-Locka manuals and guidelines, as well as the Miami -Dade County Public Works Manual, Miami -Dade County Water and Sewer Department, Miami -Dade County PERA, SFWMD Manual, and the Florida Greenbook (Manual of Uniform Minimum Standards for Design, Construction, and Maintenance for Streets and Highways). II. SCOPE OF WORK Project Activity 1: Specifications Package Task No. 1 Specification Package Preparation This task includes preparing a specifications package utilizing the City of Opa-Locka boilerplate. Project Activity 2: Water Main Design Task No. 2.1 Water Main Design and Plans Production Determine water main design and create production plans. LOCHNER Date: July 2. 2021 Work Order Proposal Page 2 Task No. 2.2 Design Documentation Water main design documentation in report format. Task No. 2.3 Cost Estimate Prepare cost estimates for the water main components, including earthwork and materials reflected within the plans set. Task No. 2.4 Details Prepare details for the water main, trenching, thrust blocks, asbestos contamination containment/ handling and pipe network components. Quality Assurance/Quality Control Incorporated into Tasks 2 above Includes implementation of QA/QC plan. Also includes internal peer review and/or constructability reviews, responses to comments and any resolution meetings if required. HW LOCHNER will provide copies of QA/QC documentation in digital format per submittal at 60% and 100%, where applicable. Copies will include signature or stamp that QA/QC was completed. Project Activity 3: Coordination Task No. 3.1 Public Involvement/ Communication Includes preparation of materials for meetings with the public, such as business owners and home owners. Activities may include exhibits, flyer preparation, and fact sheet. Task No. 3.2 Utility Coordination Includes utility coordination, conflict location, identification, and adjustments. Task No. 3.3 Meetings Includes meetings with Water and Sewer Department, City of Opa-Locka Public Works, meetings with the project manager and public involvement meetings. Task No. 3.4 Site Visits Includes 2 site visits to evaluate existing conditions. Quality Assurance/Quality Control Incorporated into Tasks 3 above Includes implementation of QA/QC plan. Also includes internal peer review and/or constructability reviews, responses to comments and any resolution meetings if required. HW LOCHNER will provide copies of QA/QC documentation in digital format LOCHNER Date: July 2, 2021 Work Order Proposal Page 3 per submittal at 60%, 100%, and permit. Copies will include signature or stamp that QA/QC was completed. Supervision Incorporated into Tasks 3 above Includes all efforts required to supervise all technical design analysis and plans production. Project Activity 4: Permitting Task No. 4.1 Complete and Submit All Required Permit Applications Includes the following permits and approvals • Water and Sewer Department • City of Opa-Locka Public Works Department Permits Quality Assurance/Quality Control Incorporated into Task 4.1 above Includes implementation of QA/QC plan. Also includes internal peer review and/or constructability reviews, responses to comments and any resolution meetings if required. HW LOCHNER will provide copies of QA/QC documentation in digital format for the permit submittal, where applicable. Copies will include signature or stamp that QA/QC was completed. Supervision Incorporated into Task 4.1 above Includes all efforts required to supervise all technical permit analysis and plans production. Coordination Incorporated into Task 4.1 above Includes all efforts to coordinate with all disciplines of the project team to produce permit submittal documents. III. SUB -CONSULTANTS No sub -consultants are required for the proposed work effort IV. SCHEDULE OF WORK — TIME OF PERFORMANCE A schedule, indicating actual delivery dates, will be provided to the City upon receipt of the NTP. LOCHNER Date: July 2, 2021 Work Order Proposal Page 4 V. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total fee of One Hundred and Fifty Thousand Dollars and Zero Cents ($150,000.00). The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount. Cost breakdown is shown below. Task No. Task Name Fee 1 Specification Package Preparation $ 2,400.00 2.1 Water Main Design and Plans Production $ 113,475.00 2.2 Design Documentation $ 2,500.00 2.3 Cost Estimate $ 3,400.00 2.4 Details $ 3,865.00 3.1 Public Involvement/ Communication $ 3,600.00 3.2 Utility Coordination $ 3,960.00 3.3 Meetings $ 7,200.00 3.4 Site Visits $ 4,800.00 4.1 Permitting $ 4,800.00 Grand Total $ 150,000.00 VII. DATA PROVIDED BY CITY The following information or documents are to be provided by the City, if available: Water Main As-Builts, Drainage As-Builts and other City owned facilities. This Proposal does not include survey services, geotechnical services, post -design services, nor Construction Engineering and Inspections (CEI) services. VIII. PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Manuel A. Sauleda, PE LOCHNER Date: July 2, 2021 Work Order Proposal IX. WATER MAIN LOCATION EXHIBIT NN 1141N I.. 4 M: Z Page 5 • • NM ISl.d To. NW 151st ST CONSULTANT'S Project Manager for this Work Order assignment will be Manuel A. Sauleda, PE Submitted by: !� Edwin Mojena, PE, Vice -President HW Lochner, Inc. Reviewed and approval in concept Recommended by: Mr. Airia Austin City of Opa-Locka Public Works Director PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND H.W. LOCHNER INC THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this day of , 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 H.W. LOCHNER INC (the "Consultant"), a Florida corporation authorized to conduct business in the State of Florida, with principal offices located at 225 w. Washington Street, 12th floor. Illinois, 60606. WITNESSED: WHEREAS, on June 10, 2020, the City approved a pool of Qualified Firms to provide Architectural and Engineering Consulting Services to the City on an as needed basis pursuant to RFQ# 20-0324200 Library of Miscellaneous Professional Consultants; and WHEREAS, the Consultant is a member of the pool under the subcategory of Civil Engineering, Landscape Architectural, Structural Engineering and Traffic Engineering Services and has executed a Continuing Services Agreement; and WHEREAS, the Consultant has been selected by the City to provide Engineering Consulting Design Services (known as the "Project", the "Services" or the "Scope of Services") for the design and preparation of a complete set of construction contract plans for water main replacement. 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 Thousand Dollars ($150,000.00) 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 the this Agreement shall, at the option of the City, become the City's property, and the Consultant shall be entitled to receive compensation for any work completed pursuant to this Agreement to the satisfaction of the City up through the date of termination. Under no circumstances shall City make payment for Services that have not been performed. This Agreement may be terminated by either party for cause upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. In the event the Consultant abandons this Agreement or causes it to be terminated by the City, the Consultant shall indemnify and save the City harmless against loss pertaining to this termination. In the event that the Consultant is terminated by the City for cause and it is subsequently determined by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience and the provisions in the paragraph above shall apply. 7. DEFAULT: In the event of a default by Consultant, the default provisions contained in the Continuing Services Agreement between the parties shall govern. 8. ANTI-LOBBYING/NO CONTINGENT FEE: The provisions of Section 11 of the Continuing Services Agreement shall apply to this Agreement. 9. WARRANTIES AND GUARANTEES: 9.1 The Consultant warrants that its Services are to be performed within the limits prescribed by the City and with the usual thoroughness and competence of the Consultant's architectural and/or engineering profession. 9.2 The Consultant shall be responsible for technically deficient designs, reports or studies due to negligent acts, errors or omissions. The Consultant shall, upon the request of the City, promptly correct or replace all deficient work due to negligent acts, errors or omissions without cost to the City. Page 3 of 8 Civil Engineering Services 10. BINDING EFFECT: This Agreement shall bind and the benefits thereof shall inure to the respective parties hereto, their legal representatives, executors, administrators, successors and assigns. 11. AMENDMENTS AND MODIFICATION: No amendments and/or modifications of this Agreement shall be valid unless in writing and signed by each of the parties to the Agreement. 12. MERGER: AMENDMENT: This Agreement, including the referenced Contract Documents, and any attachments, constitute the entire agreement between Consultant and City, and all negotiations and oral understandings between the parties are merged herein. This Agreement may be supplemented and/or amended only by a written document executed by both Consultant and City. 13. NONASSIGNABILITY: Consultant shall not assign, subcontract or transfer any rights or delegate any duties arising under this Agreement without prior written consent of the City, which consent may be withheld by the City in its sole discretion. 14. NOTICES: Whenever either party desires to give notice to the other, it shall be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR CONSULTANT: FOR CITY: WITH COPY TO: H.W. Lochner Inc 225 W. Washington Street 12th Floor Illinois, 60606 City of Opa-Locka John Pate, City Manager 780 Fisherman Street Opa-Locka, FL 33054 Burnadette Norris -Weeks, P.A. City Attorney 401 North Avenue of the Arts (NW 7th Avenue) Fort Lauderdale, FL 33311 Telephone: 954-768-9770 Facsimile: 954-768-9790 Page 4 of 8 Civil Engineering Services 15. SEVERABILITY; WAIVER: Any provision in this Agreement that is prohibited or unenforceable under Florida or federal law shall be ineffective to the extent of such prohibitions or unenforceability without invalidating the remaining provisions hereof. Also, the non -enforcement of any provision by either party to this Agreement shall not constitute a waiver of that provision nor shall it affect the future enforceability of that provision or the remainder of this Agreement. 16. Scrutinized Companies 16.1 Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 16.2 If this Agreement is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor , its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 16.3 The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 16.4 As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above -stated contracting prohibitions then they shall become inoperative. 17. OTHER PROVISIONS: 17.1 Titles and paragraph headings are for convenient reference and are not a part of this Agreement. 17.2 In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached or referenced Contract Documents, the terms in this Agreement shall prevail. 17.3 No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision, and no waiver shall be effective unless made in writing. 17.4 Consultant acknowledges that the public shall have access, at all reasonable times, to certain documents and information pertaining to City contracts, Page 5 of 8 Civil Engineering Services pursuant to the provisions of Chapter 119, Florida Statutes. Consultant agrees to maintain public records in Consultant's possession or control in connection with Consultant's performance under this Agreement and to provide the public with access to public records in accordance with the record maintenance, production and cost requirements set forth in Chapter 119, Florida Statutes, or as otherwise required by Law. Consultant shall ensure that public records that are exempt or confidential from public records disclosure requirements are not disclosed except as authorized by Law, for the duration of this Agreement and following completion of this Agreement until the records are transferred to the City. 17.5 Unless otherwise provided by Law, any and all reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of City. Upon completion of this Agreement or in the event of termination by either party, any reports, photographs, surveys and other data and documents and all public records prepared by, or in the possession or control of Consultant, whether finished or unfinished, shall become the property of City and shall be delivered by Consultant to the City Manager, at no cost to the City, within seven days of termination of this Agreement. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City's information technology systems. Upon completion or termination of this Agreement, Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure. Any compensation due to Consultant shall be withheld until all documents are received as provided herein. Consultant's failure or refusal to comply with the provisions of this Section shall result in the immediate termination of this Agreement by the City. 17.6 Upon request by City's records custodian, provide City with a copy of requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (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: ATTEST: CITY OF OPA-LOCKA Joanna Flores, City Clerk Approved as to form and legal sufficiency for the use of and reliance by the City of Opa-Locka only: City Attorney Burnadette Norris -Weeks, PA By: John Pate City Manager Dated: FOR CONSULTANT: WITNESS: H.W. LOCHNER INC By: Authorized Representative Print Name Print Name Page 7 of 8 Date Corporate Seal: Civil Engineering Services ATTACHMENT "A" Consultant Scope of Work and Fee Proposal dated July 2, 2021 to provide engineering services for the design and preparation of a complete set of construction contract plans for the Water Main Replacement for the amount of One Hundred Fifty Thousand Dollars ($150,000.00) Page 8 of 8 Civil Engineering Services E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date;