Loading...
HomeMy Public PortalAbout21-9903 Agreement with EAC Consulting for Lift Station 4Sponsored by: City Manager RESOLUTION NO. 21-9903 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, ACCEPTING THE CONVEYANCE OF LOT 25, YORK STREET, IN THE CITY OF OPA-LOCKA (IDENTIFIED BY FOLIO 08-2122-011-0990), FROM MIAMI-DADE COUNTY; AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH EAC CONSULTING, INC. FOR CONTINUING PROFESSIONAL ARCHITECTURAL AND ENGINEERING CONSULTING SERVICES FOR THE REHABILITATION AND RELOCATION DESIGN FOR LIFT STATION NO. 4 TO YORK STREET, LOT 25; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") has identified operation update opportunities within its Lift Station systems. Specifically, Lift Station No. 4 is located on the southeastern corner adjacent to the intersection of York Street and NW 24th Avenue, within the City. Its sewage pumps run in excess of 10 hours per day, which does not comply with Nominal Average Pump Operating Time (NAPOT) requirements and indicates capacity issues within the lift station. In addition, this lift station has potential safety issues due to its close proximity to the intersection and travel lanes; and WHEREAS, Miami -Dade County ("County") owns vacant real property identified as Folio No. 08-2122-011-0990 located on York Street in the proximity of NW 24th Avenue in the City comprised of 7,992 square feet ("property"); and WHEREAS, the City has requested that the County convey the property to the City for the purpose of constructing a public wastewater lift station or pumping station; and WHEREAS, on July 20, 2021, pursuant to Section 125.38, Florida Statutes, the Miami -Dade County Board of County Commissioners adopted Resolution R-761-21, attached hereto as Exhibit "A", approving the conveyance of the property to the City for a price of $10.00, for the purpose of constructing a public wastewater lift station or pumping station; and WHEREAS, the City Manager is seeking approval from the City Commission to authorize the acceptance of the proposal from EAC Consulting, Inc. ("Consultant"), for the provision of certain architectural and engineering consulting services, attached hereto as Exhibit "B", and to enter into an agreement with Consultant to design the relocation of this lift station and increase its capacity to better serve the adjacent area; and Resolution No. 21-9903 WHEREAS, EAC Consulting, Inc. is one of the Consultants approved by the City Commission through Resolution 20-9767 to be part of the City's Library of Licensed Architects and Engineers to provide Architectural and Engineering Consulting Services; and WHEREAS, on June 10, 2020, the City Commission of the City of Opa-Locka ("City Commission") accepted bid proposals from several firms for continuing professional architectural and engineering consulting services pursuant to RFQ No. 20-0324200. The Commission further authorized the City Manager to enter into multiple agreements for architectural and engineering consulting services as provided therein; and WHEREAS, more specifically, the City Commission approved entering an agreement with EAC Consulting, Inc. for civil engineering, landscape architectural, structural engineering, traffic engineering, land surveying, construction testing and inspections, utilities engineering services and general consulting engineering services; and WHEREAS, the scope of work for the development of the design to relocate and upgrade this lift station will include: predesign, design services, permitting, limited bid and award, and administration services for this station. In addition, the current gravity sewer system that discharges into Lift Station No. 4 will be modified and extended to flow west to the proposed location. The current force main system will also be modified and extended to the proposed lift station; and WHEREAS, it is intended that the new lift station will be primarily underground at the rear of the property, allowing for a neighborhood pocket park on the property; and WHEREAS, the Miami -Dade County Community Development Block Grant (CDBG) Administrator has committed Five Hundred Thousand Dollars ($500,000) to the design and construction of this project. A portion of this commitment includes covering 30% of the design cost Forty -Eight Thousand, Nine Hundred Eighty -Two Dollars (548,982); and WHEREAS, the City Manager recommends the acceptance of the conveyance of the Lot 25 property from the County as well as the proposal provided by EAC Consulting, Inc. to develop the design of Lift Station No. 4 to be relocated to a new location due to vehicular safety issues and to increase the capacity of the station, subject to confirmation of City ownership of the property or alternate arrangements made for locating the lift station on the proposed property; and WHEREAS, pursuant to the proposal attached hereto as Exhibit "B", the City desires to enter into an agreement with EAC Consulting, Inc., as attached hereto as Exhibit "C", to design the relocation of Lift Station #4 within the City and increase its capacity to better serve the adjacent area, in an amount not exceed One Hundred Sixty- Resolution No. 21-9903 Three Thousand, Two Hundred Seventy Five Dollars ($163,275.00); and WHEREAS, the City Commission finds that it is in the best interest of the City and its residents to accept of the conveyance of the Lot 25 property from the County as well as enter into an agreement with EAC Consulting, Inc. for Continuing Professional Architectural and Engineering Consulting Services as set forth herein. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby accepts the conveyance of Lot 25, York Street, in the City of Opa-Locka (Identified by Folio 08-2122-011-0990) from Miami - Dade County and authorizes the City Manager to enter into an agreement, as attached hereto as Exhibit "C", with EAC Consulting, to design the relocation of Lift Station #4 within the City and increase its capacity to better serve the adjacent area, in an amount not exceed One Hundred Sixty -Three Thousand, Two Hundred Seventy Five Dollars ($163,275.00). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED AND ADOPTED this 8th day of September, 2021. Matthew A.`I'igatt, Mayor ATTEST: a Flores, City Clerk Resolution No. 21-9903 Burnadette Norris - City Attorney APPROVED AS TO FORM AND LEGAL SUFFICIENCY: ks, P.A. Moved by: Vice Mayor Williams Seconded by: Commissioner Taylor 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 De P Oiredo .,rent Airia Austin De artment Director Signature: a City Manager: John E. Pate CM Signature: Commission Meeting Date: 09/08/2021 Item Type: (EnterX to box) Resolution Otter X Fiscal Impact (Enter Xin boor) Yes No Ordinance Reading: (EnterX to box) 1st Reading Zed Reading Public Hearing eating (Enter in box) Yes I No Yes No X X Fending Funrce: Account. ; (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (Enter X in box) Yes lie X Contract/P.O. Required: equi m box) Yes No RFP/RFQ/Bid#: X Strategic 1'`x" , Strategic Plan Priority Enhance Organizational Bas. & Economic Der Public Safety Quality of Edncation QuaL of Life & City Image Communication Area: Strategic Plan Obj./Strategy: Psi rhe,sp,ea abjeaive/s asrd is tam will odcs) Plan Related (EnterXin bar) ti as on C i to mi Sponsor Name City Manager Department City Manager r Rehabilitation and Relocation Design for Lift Station No. 4 to Lot 25, York Street and Acceptance of Lot 25, York Street from Miami -Dade County for this Purpose Lift Station No. 4 is located on the southeastern corner adjacent to the intersection of York Street and NW 24th Avenue. Its sewage pumps run in excess of 10 hours per day, indicating capacity issues and which does not comply with Nominal Average Pump Operating Time (NAPOT) requirements. In addition, this lift station has potential safety issues due to its close proximity to the intersection and vehicle travel lanes. To enable this relocation to occur, Miami -Dade County is conveying Lot 25, York Street (08-2122-011-0990) to the City for $10.00 for this purpose. Staff is recommending that the City Commission accept Lot 25, York Street from the County for $10.00 and authorize the City Manager to accept a proposal from EAC Consulting, Inc and to enter into an agreement with this firm to design the relocation of this lift station to Lot 25, York Street and increase its capacity to better serve the adjacent area. EAC Consulting, Inc is one of the Consultants approved by the City Commission through Resolution 20-9767 to be part of the City's Library of Licensed Architects and Engineers to provide Architectural and Engineering Consulting Services. The scope of work for development of the design to relocate and upgrade this lift station will include: predesign, design services, permitting, limited bid and award, and administration services for this station. In addition, the current gravity sewer system that discharges to Lilt Station No. 4 will be modified and extended to flow west to the proposed location. The current force main system will also be modified and extended to the proposed lift station. It is intended that the new lift station will be primarily underground at the rear of the property, allowing for a neighborhood pocket park on the property. Financial impact Account Descriptions Available Project Remaining Balance 75-53STBD Pump Station #4 Relocation * 5163,275 NA 19-519493 General Expense 5470 $10 5460 * This profs is currently unfunded and will be addressed in the forthcoming Budget Amendment *4. The County CDBG administrator has committed $500.000 to the design and construction of this project and CDBG funding will cover the design . For the construction phase, the remainder of the CDBG funds will be utilized. For additional finding, it is intended that this lift station be one of four lift stations submitted for a grant under the Building Resilient Infrastructure and Cornmunit es (BRIC) program in November 202L (25% nth requirement) It will be recommended that the match requirement, if the grant application is successftt or the remaining construction cost for this lift station if the grant application isn't successfhl, would be funded from the American Rescue Plan Act (ARPA) funds the City has received. The construction phase is for information and only the design phase is being submitted for approval at this time. Under the prior ownership, this property was exempt from property tax. Consequently, no property tax revenue will be lost from the City's assuming ownership of this properly. Since this property was also undeveloped, it wasn't charged stnnnwater fees, resulting in no loss of this revenue due to City ownership. Staff recommends the City Commission accept Lot 25, York Street (08-2122-011-0990) provided by the County to allow the relocation of lift Station No. 4 and further accept the proposal provided by EAC Consulting, Inc. to develop the design of Lift Station No. 4. Staff further recommends the City Commission authorize the City Manager to enter Into an agreement to complete the project's design and cause payment of 510.00 to be made to the County as payment for Lot 25, York Street. Attac melt. L Agenda 2. MDC Resolution No. R-761-21 3. Property Search Application — MOC Website 4. Proposal provided by EAC Consulting Inc. 5. RFQ...Specifc Project Contract with EAC Consulting, Inc. 6, E -Verify Form PROJECT AGREEMENT FOR DESIGN SERVICES BETWEEN THE CITY OF OPA-LOCKA AND EAC Consulting, Inc THIS PROJECT AGREEMENT (the "Agreement") is made and entered into this _day of , 2021 between the CITY OF OPA-LOCKA, FLORIDA, a Florida Municipal Corporation with its principal offices located at 780 Fisherman Street, 4th Floor. Opa-locka FL. 33054 (the "City"), and EAC Consulting Inc (the "Consultant"), a Florida corporation authorized to conduct business in the State of Florida, with principal offices located at 5959 Blue Lagoon Drive, Suite 410. Miami, FL 33126. WITNESSED: WHEREAS, on June 10, 2020, the City approved a pool of Qualified Firms to provide Architectural and Engineering Consulting Services to the City on an as needed basis pursuant to RFQ# 20-0324200 Library of Miscellaneous Professional Consultants; and WHEREAS, the Consultant is a member of the pool under the subcategory of Civil Engineering, Landscape Architectural, Structural Engineering and Traffic Engineering Services and has executed a Continuing Services Agreement; and WHEREAS, the Consultant has been selected by the City to provide Engineering Consulting Design Services (known as the "Project", the "Services" or the "Scope of Services") for the Rehabilitation Design for Lift Station No. 4 (LS 4) and the Relocation to York Street -Lot 25. NOW, THEREFORE, in consideration of the foregoing recitals, which are incorporated herein, and the mutual covenants, terms and conditions provided below, the Consultant and the City agree as follows: 1. CONTRACT DOCUMENTS The Contract Documents referred to in this Agreement shall be comprised of the following: 1.1 This Agreement (the "Specific Projects" or "Project Agreement") between the parties), including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within this Agreement; Page 1 of 8 Civil Engineering Services 1.2 A Scope of Services request completed by the Consultant and -accepted-by-the City, attached hereto as Exhibit -"A"; -and 1.3 Any and all applicable addenda, proposals executed and submitted by the Consultant and accepted by the City, specifications, and insurance certificates; and 1.4 All amendments mutually agreed to after execution of this Agreement. These Contract Documents comprise the entire agreement for the Services agreed to herein between the parties and incorporated into and made a part of this Agreement as if attached to this Agreement or repeated herein. In the event of a conflict between this Agreement and any other Contract Document(s), this Agreement shall prevail. 2. THE WORK Consultant shall furnish all labor, materials and equipment necessary to provide professional Services as specified in the Scope of Services and accepted by the City. 3. PERIOD OF SERVICE The Consultant shall begin work promptly after receipt of a fully executed copy of this Agreement and a letter of Notice to Proceed from the City and shall complete the Project within the time mutually agreed upon, as specified in the Scope of Services request accepted by the City. 4. COMPENSATION Compensation (the "Contract Sum") for performing the Services related to the Project shall be the fee of One Hundred Sixty -Three Thousand Two Hundred Seventy -Five Dollars and 86/100 ($163,275.00) specified in the Scope of Services request accepted by the City. 5. PAYMENTS 5.1 The City shall pay the Contract Sum to the Consultant subject to the completion of tasks as specified in the Exhibit "A". The City shall pay the Consultant for work performed subject to the specifications of the job and any additions and deductions by subsequent change order provided in the Contract Documents —Ali y Pte' na ora Paymen n mentc shall he governed y b the Fl id Prompt t At , apCh ter 21 Q Part , VII, Florida Statutes. The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Government Prompt Payment Act. Page 2 of 8 Civil Engineering Services 5.2 The Consultant shall provide periodic invoices to the City upon completion of a substantial amount of Services relating to the Scope of Services contained within this Agreement. Payment shall be made to the Consultant upon approval of submitted invoices to the City. 6. TERMINATION This Agreement may be terminated by the City for convenience upon ninety (90) calendar days' written notice to the Consultant. In the event of such termination, any Services performed by the Consultant under this Agreement shall, at the option of the City, become the City's property, and the Consultant shall be entitled to receive compensation for any work completed pursuant to this Agreement to the satisfaction of the City up through the date of termination. Under no circumstances shall City make payment for Services that have not been performed. This Agreement may be terminated by either party for cause upon five calendar days' written notice to the other should such other party fail to perform in accordance with its material terms through no fault of the party initiating the termination. In the event the Consultant abandons this Agreement or causes it to be terminated by the City, the Consultant shall indemnify and save the City harmless against loss pertaining to this termination. In the event that the Consultant is terminated by the City for cause and it is subsequently determined by a court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a termination for convenience and the provisions in the paragraph above shall apply. 7. DEFAULT: In the event of a default by Consultant, the default provisions contained in the Continuing Services Agreement between the parties shall govern. 8. ANTI-LOBBYING/NO CONTINGENT FEE: The provisions of Section 11 of the Continuing Services Agreement shall apply to this Agreement. 9. WARRANTIES AND GUARANTEES: 9.1 The Consultant warrants that its Services are to be performed within the limits prescribed by the City and with the usual thoroughness and competence of the Consultant's architectural and/or engineering profession. 9.2 The Consultant shall be responsible for technically deficient designs, reports or studies due to negligent acts, errors or omissions. The Consultant shall, upon the request of the City, promptly correct or replace all deficient work due to negligent acts, errors or omissions without cost to the City. Page 3 of 8 Civil Engineering Services 10. BINDING EFFECT: This Agreement shall bind and the benefits thereof shall inure to the respective parties hereto, their legal representatives, executors, administrators, successors and assigns. 11. AMENDMENTS AND MODIFICATION: No amendments and/or modifications of this Agreement shall be valid unless in writing and signed by each of the parties to the Agreement. 12. MERGER: AMENDMENT: This Agreement, including the referenced Contract Documents, and any attachments, constitute the entire agreement between Consultant and City, and all negotiations and oral understandings between the parties are merged herein. This Agreement may be supplemented and/or amended only by a written document executed by both Consultant and City. 13. NONASSIGNABILITY: Consultant shall not assign, subcontract or transfer any rights or delegate any duties arising under this Agreement without prior written consent of the City, which consent may be withheld by the City in its sole discretion. 14. NOTICES: Whenever either party desires to give notice to the other, it shall be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR CONSULTANT: FOR CITY: WITH COPY TO: EAC Consulting, Inc 5959 Blue Lagoon Drive Suite 410 Miami, FL 33126 City of Opa-Locka John Pate, City Manager 780 Fisherman Street Opa-Locka, FL 33054 Burnadette Norris -Weeks, P.A. City Attorney 401 North Avenue of the Arts (NW 7th Avenue) Fort Lauderdale, FL 33311 Telephone: 954-768-9770 Facsimile: 954-768-9790 Page 4 of 8 Civil Engineering Services 15. SEVERABILITY; WAIVER: Any provision in this Agreement that is prohibited or unenforceable under Florida or federal law shall be ineffective to the extent of such prohibitions or unenforceability without invalidating the remaining provisions hereof. Also, the non -enforcement of any provision by either party to this Agreement shall not constitute a waiver of that provision nor shall it affect the future enforceability of that provision or the remainder of this Agreement. 16. Scrutinized Companies 16.1 Contractor certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor or its subcontractors are found to have submitted a false certification; or if the Contractor, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 16.2 If this Agreement is for more than one million dollars, the Contractor certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the City may immediately terminate this Agreement at its sole option if the Contractor , its affiliates, or its subcontractors are found to have submitted a false certification; or if the Contractor, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 16.3 The Contractor agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 16.4 As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above -stated contracting prohibitions then they shall become inoperative. 17. OTHER PROVISIONS: 17.1 Titles and paragraph headings are for convenient reference and are not a part of this Agreement. 17.2 In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached or referenced Contract Documents, the terms in this Agreement shall prevail. 17.3 No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision, and no waiver shall be effective unless made in writing. 17.4 Consultant acknowledges that the public shall have access, at all reasonable times, to certain documents and information pertaining to City contracts, Page 5 of 8 Civil Engineering Services pursuant to the provisions of Chapter 119, Florida Statutes. Consultant agrees to maintain public records in Consultant's possession or control in connection with Consultant's performance under this Agreement and to provide the public with access to public records in accordance with the record maintenance, production and cost requirements set forth in Chapter 119, Florida Statutes, or as otherwise required by Law. Consultant shall ensure that public records that are exempt or confidential from public records disclosure requirements are not disclosed except as authorized by Law, for the duration of this Agreement and following completion of this Agreement until the records are transferred to the City. 17.5 Unless otherwise provided by Law, any and all reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of City. Upon completion of this Agreement or in the event of termination by either party, any reports, photographs, surveys and other data and documents and all public records prepared by, or in the possession or control of Consultant, whether finished or unfinished, shall become the property of City and shall be delivered by Consultant to the City Manager, at no cost to the City, within seven days of termination of this Agreement. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City's information technology systems. Upon completion or termination of this Agreement, Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure. Any compensation due to Consultant shall be withheld until all documents are received as provided herein. Consultant's failure or refusal to comply with the provisions of this Section shall result in the immediate termination of this Agreement by the City. 17.6 Upon request by City's records custodian, provide City with a copy of requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (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: EAC Consulting, Inc By: Authorized Representative Print Name Print Name Page 7 of 8 Date Corporate Seal: Civil Engineering Services EXHIBIT "A" EAC Consulting Scope and Fee Proposal dated November 25, 2020 to provide engineering service for the Rehabilitation and Relocation Design for LS 4, to York Street -Lot No. 25. for the total amount of One Hundred Sixty -Three Thousand Two Hundred Seventy Five Dollars and 00/100 ($163,275.001. 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; Miami -Dade Legislative Item File Number: 211734 Get .._._: Printable PDF Format 'leader___. ____ Clerk's Official Copy File Number: 211734 File Type: Status: Adopted Resolution Version: 0 Reference: R-761- Control: Public Housing and Community Services 21 Committee File Name: CONVEYANCE OF PROPERTY TO THE CITY OF OPA-LOCKA Introduced: 7/7/2021 Requester: NONE Cost: Final Action: 7/20/2021 Agenda Date: 7/20/2021 Agenda Item Number: 14A4 Notes: Title: RESOLUTION DECLARING SURPLUS ONE COUNTY -OWNED PROPERTY (FOLIO NO. 08 2122 011 0990) LOCATED IN OPA-LOCKA, FLORIDA; CONVEYING SUCH PROPERTY TO THE CITY OF OPA-LOCKA, IN ACCORDANCE WITH SECTION 125.38, FLORIDA STATUTES, AT A PRICE OF $10.00, FOR THE PURPOSE OF CONSTRUCTING A PUBLIC WASTEWATER LIFT STATION OR PUMPING STATION; AUTHORIZING THE CHAIRPERSON OR VICE -CHAIRPERSON OF THE MIAMI-DADE BOARD OF COUNTY COMMISSIONERS TO EXECUTE A COUNTY DEED; AND AUTHORIZING THE COUNTY MAYOR OR THE COUNTY MAYOR'S DESIGNEE TO TAKE ALL ACTION NECESSARY TO EFFECTUATE THE CONVEYANCE, AND TO ENFORCE THE PROVISIONS SET FORTH IN SUCH COUNTY DEED Indexes: CITY OF OPA-LOCKA Sponsors: Oliver G. Gilbert, III, Prime Sponsor CONVEYANCE OF PROPERY Sunset Provision: No Registered Lobbyist: None Listed Acting Body Date Agenda Action Item Effective Date: Expiration Date: Legislative History Sent To Due Date Returned Pass/Fail Board of 7/20/2021 14A4 Adopted P County Commissioners Office of the 7/15/2021 Additions Chairperson Public Housing 7/15/2021 2F Forwarded to the BCC by the 7/20/2021 and BCC Chairperson due to Community meeting cancellation Services Committee REPORT: SPECIAL NOTE: The Clerk of the Board received the appropriate memorandum signed by the Board of County Commissioners' (BCC) Chairman Jose "Pepe" Diaz dated July 14, 2021 approving the Public Housing and Community Services Committee (PHCSC) Chairman Jean Monestime's request to cancel the July 15, 2021 PHCSC meeting and waive the Board's Rules of Procedure to allow the foregoing proposed resolution to be heard at the July 20, 2021 Board of County Commissioners meeting. County Attomey County Attorney 7/7/2021 7/7/2021 Referred Assigned Public Housing and Community Services Committee Debra Herman Legislative Text 7/15/2021 7/7/2021 TITLE RESOLUTION DECLARING SURPLUS ONE COUNTY -OWNED PROPERTY (FOLIO NO. 08 2122 011 0990) LOCATED IN OPA-LOCKA, FLORIDA; CONVEYING SUCH PROPERTY TO THE CITY OF OPA- LOCKA, IN ACCORDANCE WITH SECTION 125.38, FLORIDA STATUTES, AT A PRICE OF $10.00, FOR THE PURPOSE OF CONSTRUCTING A PUBLIC WASTEWATER LIFT STATION OR PUMPING STATION; AUTHORIZING THE CHAIRPERSON OR VICE -CHAIRPERSON OF THE MIAMI-DADE BOARD OF COUNTY COMMISSIONERS TO EXECUTE A COUNTY DEED; AND AUTHORIZING THE COUNTY MAYOR OR THE COUNTY MAYOR'S DESIGNEE TO TAKE ALL ACTION NECESSARY TO EFFECTUATE THE CONVEYANCE, AND TO ENFORCE THE PROVISIONS SET FORTH IN SUCH COUNTY DEED BODY WHEREAS, the County owns vacant real property identified as Folio No. 08-2122-011-0990 located on York Street in the proximity of NW 24th Avenue in the City of Opa-Locka, ("City") comprised of 7,992 square feet ("property"); and WHEREAS, the City has requested that the County convey the property to the City for the purpose of constructing a public wastewater lift station or pumping station; and WHEREAS, the City has represented to the County that the City's existing pump station, Pump Station 4, is running more than 10 hours per day, does not comply with the nominal average pump operating time requirements, and needs to be replaced; and WHEREAS, the City also has represented that replacing the pump station in its current location presents operational challenges since the system must remain functional during the demolition, that there is not enough space to construct a new lift station adjacent to the existing lift station, and further, that the existing pump station is not optimally located due to its proximity to existing travel lanes; and WHEREAS, accordingly, the City wishes to replace and construct Pump Station 4 on the property; and WHEREAS, further, the County, through Miami -Dade Public Housing and Community Development Department, has pledged $500,000.00 in Community Development Block Grant funds for the development of the new pump station; and WHEREAS, pursuant to Administrative Order No. 8-4, Miami -Dade Internal Services Department announced the availability of the property to all County departments and determined there was no interest in the property; and WHEREAS, pursuant to Resolution No. 333-15, the market value of the property as set forth in the Property Appraiser's website is $71,456.00; and WHEREAS, this Board believes that the construction of a public wastewater lift station or pumping station is in the best interest of the County and the City as such a use will serve the City's lower income neighborhoods within the City; and WHEREAS, accordingly, this Board, pursuant to section 125.38, Florida Statutes, desires to authorize the execution of a County deed for the purposes set forth herein; and WHEREAS, if the City fails to develop or cause the development of the property for the purposes stated herein within two years of the recording of the deed, then the property shall revert back to the County, in its sole discretion, upon written notice and the filing of a notice of reverter, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI- DADE COUNTY, FLORIDA, that: Section 1. The foregoing recitals are incorporated in this resolution and are approved. Section 2. This Board finds that the property is needed by the City for the public purpose set forth herein, is not needed for County purposes, and declares the property surplus. Section 3. Pursuant to section 125.38, Florida Statutes, this Board hereby approves the conveyance of the property to the City for a price of $10.00 for the purpose of constructing a public wastewater lift station or pumping station. Section 4. Pursuant to section 125.411, Florida Statutes, this Board authorizes the Chairperson or Vice - Chairperson to execute the County deed, in substantially the form attached hereto as Attachment "A" and incorporated herein by reference, subject to the City adopting a resolution accepting the property from the County and executing the acceptance of the County deed. Section 5. This Board further authorizes the County Mayor or County Mayor's designee to take all actions necessary to effectuate the conveyance of the property, and to exercise all rights set forth in the County deed, other than those reserved to this Board therein, including, but not limited to, exercising the County's right to enforce its reversionary interest, and to record all documentation necessary in order to exercise such right of reverter. Section 6. This Board directs the County Mayor or County Mayor's designee to (i) ensure that proper signage is placed on the property identifying the County's name and the name of the district commissioner; (ii) provide a copy of the recorded County deed to the Miami -Dade County Property Appraiser; and (iii) appoint staff to monitor compliance with the terms of the conveyance. Section 7. This Board directs the County Mayor or County Mayor's designee, pursuant to Resolution No. R-974- 09, to record in the public record the County Deed, and to provide a copy of such recorded instrument to the Clerk of the Board within 30 days of execution and final acceptance. This Board directs the Clerk of the Board, pursuant to Resolution No. R-974-09, to attach and permanently store a recorded copy of any instrument provided in accordance herewith together with this resolution. Home 1 Agendas 1 Minutes 1 Legislative Search 1 Lobbyist Registration 1 Legislative Reports 2021 BCC Meeting Calendar 1 Miami -Dade County Code of Ordinances 1 ADA Notice 1 Home 1 Using Our Site 1 About 1 Phone Directory 1 Privacy. 1 Disclaimer E-mail your comments, questions and suggestions to Webmaster Web Site © 2021 Miami -Dade County. All rights reserved. Address Owner Name Folio SEARCH: 08-2122-011-0990 PROPERTY INFORMATION Folio: 08-2122-011-0990 Sub -Division: COMMUNITY GDNS Property Address Owner OPA LOCKA COMMUNITY DEV CORP INC Mailing Address 490 OPA LOCKA BLVD #20 OPA LOCKA, FL 33054-3563 PA Primary Zone 5700 DUPLEXES - GENERAL Primary Land Use 0081 VACANT RESIDENTIAL : VACANT LAND Beds / Baths / Half Floors Living Units Actual Area Living Area 0/0/0 0 0 0 0 Adjusted Area Lot Size Year Built 0 Featured Online Tools Comparable Sales PA Additional Online Tools Property Search Help Report Discrepancies Special Taxing Districts and Other Non -Ad valorem Assessments 7,992 Sq.Ft 0 Glossary Property Record Cards Property Taxes Report Homestead Fraud Tax Comparison Tax Estimator TRIM Notice Value Adjustment Board ASSESSMENT INFORMATION Year 2021 2020 2019 Land Value $71,456 $71,456 $74,704 Building Value $0 $0 $0 Extra Feature Value $0 $0 $0 Market Value $71,456 $71,456 $74,704 Assessed Value $19,817 TAXABLE VALUE INFORMATION $18,016 $16,379 2021 2020 2019 COUNTY Exemption Value $19,817 $18,016 $16,379 Taxable Value $0 $0 $0 SCHOOL BOARD Exemption Value $71,456 $71,456 $74,704 Taxable Value $0 $0 $0 CITY Exemption Value $19,817 $18,016 $16,379 Taxable Value $0 $0 $0 REGIONAL Exemption Value $19,817 $18,016 $16,379 Taxable Value $0 $0 $0 A BENEFITS INFORMATION Benefit Type 2021 2020 2019 Non -Homestead Cap Assessment Reduction $51,639 $53,440 $58,325 Charitable Exemption $19,817 $18,016 $16,379 Note: Not all benefits are applicable to all Taxable Values (i.e. County, School Board, City, Regional). FULL LEGAL DESCRIPTION 22 52 41 .18 AC M/L COMMUNITY GARDENS PB 31-5 PARCEL 02-13-03 AKA LOT 25 BLK 152-A LOT SIZE 7992 SQ FT OR 15117-2111 0791 3 4 ► SALES INFORMATION Previous Sale Price OR Book -Page Qualification Description For more information about the Department of Revenue's Sales Qualification Codes. 1 ► 2021 2020 2019 LAND INFORMATION Land Use Muni Zone PA Zone Unit Type Units Calc Value GENERAL R-2 5700 - DUPLEXES - GENERAL Square Ft. 5,000.00 $55,000 GENERAL R-2 5700 - DUPLEXES - GENERAL Square Ft. 2,992.00 $16,456 BUILDING INFORMATION Building Number Sub Area Year Built Actual Sq.Ft. Living Sq.Ft. Adj Sq.Ft. Calc Value 4 EXTRA FEATURES Description Year Built Units Calc Value 4 ADDITIONAL INFORMATION * The information listed below is not derived from the Property Appraiser's Office records. It is provided for convenience and is derived from other govemment agencies. LAND USE AND RESTRICTIONS Community Development District: NONE Community Redevelopment Area: NONE Empowerment Zone: NONE Enterprise Zone: CENTRAL Urban Development: INSIDE URBAN DEVELOPMENT BOUNDARY Zoning Code: R-2 - Existing Land Use: 804 - VACANT, NON -PROTECTED, PRIVATELY -OWNED. Govemment Agencies and Community Services OTHER GOVERNMENTAL JURISDICTIONS Business Incentives Childrens Trust City of Opa-locka Environmental Considerations Florida Inland Navigation District PA Bulletin Board Special Taxing District and Other Non -Ad valorem Assessment School Board South Florida Water Mgmt District Tax Collector The Office of the Property Appraiser is continually editing and updating the tax roll. This website may not reflect the most current information on record. The Property Appraiser and Miami -Dade County assumes no liability, see full disclaimer and User Agreement at http://www.miamidade.gov/info/disclaimer.asp For inquiries and suggestions email us at http://www.miamidade.gov/PAPortal/ContactForm/ContactFormMain.aspx. Version: 2.0.3 EXEMPTIONS 6 BENEFITS Deployed Military Disability Exemptions Homestead Institutional Senior Citizens REAL ESTATE 40 Yr Building Re -Certification Appealing Your Assessment Defective Drywall Folio Numbers Mortgage Fraud TANGIBLE PERSONAL PROPERTY Appealing your Assessment Assessment Information Search Exemptions Extension Requests Filing Returns PUBLIC RECORDS Address Blocking Change of Name Change of Address Change of Ownership & Title Declaration of Condominium More > ONLINE TOOLS Property Search Property Sales Tax Estimator Tax Comparison Homestead Exemption and Portability More > TAX ROLL ADMINISTRATION Appealing your Assessment Reports More > EAC Consulting, Inc. November 25, 2020 Mr. Airia Austin, Public Works Director City of Opa-locka 780 Fisherman Street, 4th Floor Opa-locka, FL 33054 Re: City of Opa-locka Engineering Consulting Services Agreement Scope and Fees for Replacement and Relocation of Lift Station No. 4 to York Street Lot 25 EAC Project No. 20022.WW01-03 Dear Mr. Austin, EAC Consulting Inc (EAC) is pleased to submit the following scope and fees to provide Engineering Consulting Services for the replacement of the City of Opa-locka's (City) Lift Station No. 4. Our services on this project will be supported with our sub consultants — • Premiere Design Solutions, Inc. (PDS) - Topographic Surveying Services • Professional Service Industries, Inc. (PSI) - Geotechnical Engineering Services • Hillers Electrical Engineering, Inc. (HEE) - Electrical Engineering and Instrumentation Services • AWS, Inc. (AWS) — Flow and Pressure Measurement Services • GSLA Design, Inc. — Landscape Architecture (Optional Service) BACKGROUND AND PROJECT UNDERSTANDING EAC understands that the City intends to replace LS No.4, which is located on the southeastern corner of York Street and NW 24th Avenue. Based on communications with City staff, the existing pumps are running in excess of 10 hours per day, which does not comply with the Nominal Average Pump Operating Time (NAPOT) requirements. In addition, the location of the existing lift station presents some potential safety issues due to its close proximity to the referenced intersection and existing travel lanes. Replacing the lift station in its current location presents operational challenges since the system has to remain functional during the demolition of the existing lift station. There is also insufficient space to construct a new lift station adjacent to the existing station (See Figure 1). Therefore, the scope of this project is to replace the existing LS No.4 with a new station located in a City -owned vacant property (Folio: 08-2122-011-0990) located between 2530 York Street and 13850 NW 24th Avenue (See Figure 1). Figure 1— Existing and Proposed Lift Station Site 5959 BLUE LAGOON DRIVE • SUITE 410 • MIAMI, FL 33126 • 305.265.5400 eacconsult.com SCOPE OF WORK EAC will provide predesign, design services, permitting, limited bid and award and construction administration services for the replacement of LS No.4. In addition, the current gravity sewer system that discharges into LS No.4 will be modified and extended to flow west, to the proposed location of the new replacement lift station. In addition, the current forcemain system will have to be modified and extended to the location of the proposed lift station. The proposed location of the new lift station will be a City -owned vacant property (Folio: 08-2122-011- 0990) located between 2530 York Street and 13850 NW 24th Avenue (See Figure 1). Specifically, EAC will develop and deliver the following during the various phases of this project: • Engineering Design Report • General and Construction Notes Plans • Stormwater Pollution and Prevention Plan (SWPPP) • Demolition Plan • Site Plan • Gravity Sewer Extension Plan and Profile • Forcemain Extension Plan and Profile • Lift Station Plan & Elevations • Electrical and Instrumentation Plans • Technical Specifications • Opinion of Probable Construction Cost PRE -DESIGN ENGINEERING SERVICES Task 1- Project Management and Pre -Design Engineering Coordination Services Project Kick -Off Meeting EAC will coordinate a project kick-off meeting with the City within two (2) weeks after receiving notice -to -proceed. The purpose of this task is to initiate the project, which includes identifying project protocols, establishing coordination between EAC Consulting, Inc., and City of Opa-locka's staff, collection of all available data such as as - built drawings from the City, and establishing schedules for the submission and reviews of phased submittals. Project Management EAC will provide Project Management and Administration services that will comprise of contract administration, preparation of invoices, coordination with project staff and subconsultants, monitoring the project's progress and attendance at meetings. Site Visit EAC will also visit the project site to identify and visually verify any above -ground infrastructure or field conditions that may affect design. Utility Coordination EAC shall contact all existing utility owners, as identified by Sunshine State One Call of Florida (SSOCOF) based on the referenced project limits. EAC will request copies of as -built information related to facilities located within the project's limits, if available. PRE -DESIGN FIELD SERVICES Field Surveying and Mapping PDS will provide topographic surveying services. The survey will include right-of-way information along the project's limits as well as to locate all above -ground topographic features. In addition, a boundary survey will be performed on the proposed lift station site. Specific scope of services can be found in PDS' fee proposal (attached). Deliverables Certified Topographic Survey files in AutoCAD format. Subsurface Utility Engineering PDS will provide subsurface utility engineering services based on information provided by SSOCOF. Utilities identified by SSOCOF that appear to potentially conflict with the proposed work will be test -holed to verify their location. A total of five (5) test holes have been budgeted for this activity. Specific scope of services can be found in PDS's fee proposal (attached). Deliverables Test hole report. Geotechnical Engineering PSI will provide geotechnical engineering services. These services will include two (2) — 30 -foot borings, soil profile analysis and bore log information. Specific scope of services can be found in PSI's fee proposal (attached). Deliverables Certified Geotechnical Report. Flow Pressure Measurement Services AWS will provide flow and pressure measurement services on this project. Inflows to the lift station will measured over a period of two (2) weeks. The data gathered will be analyzed to determine average and peak flows to aid the pump design and selection process. In addition, pressures will be monitored over the same period on the forcemain to determine maximum and minimum connection pressures for pump design and selection. DESIGN SERVICES TASK 2 — 30% Construction Documents The purpose of the 30% Construction Documents will be to evaluate the proposed horizontal placement of all the sewer related scope items for the City's acceptance. Based on information obtained in Task 1, EAC will show the horizontal alignment of the proposed gravity sewer extension, forcemain extension and the location of the proposed pump station for the City's review and acceptance. Deliverables One (1) electronic copy in pdf format of the 30% Construction Documents (Plans and Opinion of Probable Construction Cost) TASK 3 — 60% Construction Documents The purpose of the 60% Construction Documents will be to further the development of the design plans and profile for the proposed pump station, gravity sewer extension and forcemain extension. EAC will also develop roadway restoration plans and details as well as other plan sheets such as general notes, horizontal control plans, stormwater pollution prevention plans, electrical and instrumentation plans for the City's review and acceptance. Deliverables One (1) electronic copy in pdf format of the 60% Construction Documents (Pump Design Engineering Report, Plans, Technical Specifications and Opinion of Probable Construction Cost) TASK 4 — 100% Construction Documents The 100% design milestone submittal will continue the development of the plans submitted at the 60% milestone and will include comments received from the City. The purpose of these plans will be to secure permits from all the applicable agencies. Deliverables One (1) electronic signed and sealed submittal in pdf format of the 100% Construction Documents (Pump Design Engineering Report, Plans, Technical Specifications and Opinion of Probable Construction Cost) TASK 5 — Permitting and Approvals EAC shall prepare the required permit packages, including engineering plans and completing permit applications for submission to the relevant permitting agencies: The -City will be responsible for providing permit application fees for each agency by check or credit card. Permitting agencies are anticipated to include the City of Opa-locka Building Department, City of Opa-locka Public Works Department, Miami -Dade Water and Sewer Department, Miami -Dade Department of Regulatory and Environmental Resources (MD-RER) and the Florida Department of Environmental Protection (FDEP). Deliverables Applicable design -related permits and approvals TASK 6 — 100% Construction Bid Documents Based on comments received from the permitting agencies, EAC will prepare one (1) electronic pdf copy of the final 100% Construction Bid Documents for the City to utilize in its bidding and procurement process. The City will be responsible for preparing the bid packages that will include the plans, technical specifications, permits from EAC and other relevant information based on the City's procurement standards and guidelines. The City will also be responsible for issuing the project to the public for bid and providing copies of the bid documents to interested parties either in hard copy or electronic format. Deliverables Permitted plans, technical specifications, permits and approvals and pump design engineering report in pdf format. POST DESIGN SERVICES TASK 7 - Limited Bid and Award Services EAC shall prepare one (1) electronic pdf copy of final construction documents, which will include design plans, technical specifications, and bid summary of quantities to the City. EAC will attend one (1) pre -bid meeting with prospective contractors to provide an overview of the construction scope, answer questions from interested contractors and provide clarification on the construction documents. EAC will assist the City in preparing written responses to questions as required. The City will be responsible for preparing any written addenda and issuing said addenda to the bid package during the bidding process. The City will also be responsible for the process of selecting a desired contractor from the bid responses received. TASK 8 — Limited Construction Administration Services EAC shall perform limited construction support services on this project. Our services will include weekly or biweekly site visits (depending on the phase of the constructed work) to assess progress and to witness that the work is taking place in reasonable conformance to the permitted construction documents. Our services will specifically include the following: (1) Attendance at one (1) Pre -Construction Meeting (2) Perform Shop Drawings Reviews (3) Responding to RFI's (4) Opining on Change Order Requests for City's approval (5) Attend weekly or biweekly site visits (6) Attend specific field tests (pipe pressure tests and pump startup tests) (7) Prepare punch list during substantial completion inspection (8) Perform as -built reviews and produce record drawings, as required (9) Provide permit close-out services ANTICIPATED DESIGN SCHEDULE Within two (2) weeks of receiving an NTP from the City, EAC will coordinate with the City to develop a detailed project schedule based on the tasks listed above. FEE SCHEDULE Task 8es an' Fee 1 Project Management and Pre -Design Engineering Coordination Services $10,085.00 2 30% Design Construction Documents $13,755.00 3 60% Design Construction Documents $21,345.00 4 100% Design Construction Documents $25,585.00 5 Permitting and Approval $11,620.00 6 100% Construction Bid Documents $9,845.00 7 Limited Bid and Award Services $6,860.00 8 Limited Construction Administration Services $26,370.00 Sinn) $125,465-00 Topographic Survey (PDS, Inc.) $5,750.00 Flow and Pressure Measurement Services (AWC, Inc.) $2,675.00 Geotechnical Engineering (PSI, Inc.) $4,635.00 Electrical & Instrumentation (HEE, Inc.) $14,000.00 *Im11 Subsurface Utility Engineering (PDS, Inc.) 5 Test Holes @ $550 per Test Hole $2,750.00 Reimbursables $3,000.00 ! Optional Services T di! Landscape Architecture (GSLA, Inc.) $5,000.00 Grand (with; Optional Service) $163,2TSAO SCOPE OF SERVICES EXCLUSIONS AND ASSUMPTIONS Additional scope of services includes but is not limited to the following items. 1. By acceptance of this proposal and as evidenced by issuance of an associated work order, the City of Opa- locka approves AWC, Inc. as a subconsultant to EAC for the provision of flow and pressure measurements for this project. 2. No hydraulic analyses or modeling services are included in this proposal. 3. Maintenance of Traffic (MOT) plans will be the contractor's responsibility. MOT is not included in this scope of work. 4. No pump station bypass planning or design services are included in this proposal. Pump station bypass planning and/or design will be provided by the contractor and coordinated with the City. 5. All work is to be within public right of way. Neither work within private property nor any type of land acquisition (eminent domain, temporary or permanent easements, etc.) is included in this scope of work. 6. Proposed mains will be installed by open cut trench methods. This proposal does not include any trenchless design or subaqueous design services. 7. If necessary, Soil and Groundwater contamination mitigation, remediation services or environmental assessments/services will be dealt with by others and are not included in these services. 8. Permit/Approval fees when required will be provided by the City. 9. No environmental related services are included in this proposal. 10. No de -mucking design, plans and technical specifications is included in the scope of work 11. Front end documents for the bid package will be the responsibility of the City of Opa-locka Procurement/ Purchasing Department 12. If utility relocations are required, EAC will not be responsible for the engineering design of related said relocations or any construction related services for said relocations. 13. Utilities shown on the plans will be as identified through Sunshine State One Call of Florida. 14. No public involvement services or community outreach services are included in this scope of services. 15. No drainage, roadway improvements other than roadway restoration, landscaping, hardscaping, sidewalk improvements or signalization design services are included in this proposal. 16. This project's scope of service does not include services related to full-time Construction Engineering Inspection (CEI) or Construction Engineering Observation (CEO). 17. EAC will not be responsible for services related to Joint Participation Agreement (JPA) between the City and any utility entity or any other agency within the project limits. 18. Fee for construction services are based on a construction period of five (5) months. If the contractor's schedule exceeds five (5) months, then EAC will require a fee supplemental to continue services for the remaining period until the contractor achieves final completion. 19. EAC shall be compensated for reviewing re -submittals (shop drawings, etc.) after the first re -submittal of any given submittal as a reimbursable expense with the City reimbursed by the Contractor under provisions of the Contract Documents. The following information will be required for us to commence engineering services. i. Written authorization to proceed with services (Work Order and/or Official Correspondence) Please feel free to call me at 305 265 5400 with any questions you may have. Sincerely, EAC Consulting, Inc. Huntley Higgins, P.E., PMP Vice President (Water Services) cc: File Mike Adeife, P.E. — EAC Consulting, Inc. Donna Grace, P.E. — EAC Consulting, Inc. PREMIERE DESIGN SOLUTIONS, INC 1065 NE 125 Street, Suite 211-B, North Miami, FL 33161 Tel: (786) 505-7850 Fax: (954) 337-2332 November 17, 2020 Ms. Evelyn Rodriguez, PE, ENV SP Assistant Project Manager EAC Consulting, Inc. 5959 Blue Lagoon Drive, Suite 410 Miami, FL 33126 Ph: 305-265-5400 - Cell: 786-574-1023 erodriguez@eacconsult.com REF: Professional Land Surveying Services City of Opa-Locka Sanitary Sewer Lift Station No. 4 — Topographic Survey City of Opa-Locka, Miami -Dade County, Florida, PDS Project No. 20210008 Dear Ms. Rodriguez: Premiere Design Solutions, Inc. (PDS) is pleased to submit this proposal for the preparation of Specific Purpose Topographic Survey, for an area adjacent to existing sanitary sewer Lift Station #4, that is in need of improvement/replacement within the City of Opa-Locka (Owner). The specific purpose survey will be used for the preparation of Design Drawings to perform improvements of the existing lift station. The scope of work of this proposal includes all the necessary field and office work to complete specific purpose topographic survey as described in this proposal. Survey will include ROW to ROW surveys of city street segments, including elevations cross section elevations at every 50', collection of all above ground features and pavement markings within survey area, and shall extend within private property where accessible as shown in the image below. Survey includes a vacant lot identified as Lot 25 with Folio Number 08-2122-011-0990 of approximately 8,000 SF. In addition, survey will include pavement markings, ROW lines, existing platted easements, all information of sanitary sewer and drainage structures in survey area, benchmarks and all above ground features including lift station, and the invert elevations of the influent pipe to the pump station including the elevation at the last manhole before the pump station. 24 1 at -+ aL E 24 E C = - 1 al 24 23 L -T Ll E L -r • I E TUT E.C.ETI _ - _.. ••••.._,_..•1_...r PREMIERE DESIGN SOLUTIONS, INC 1065 NE 125 Street, Suite 211-B, North Miami, FL 33161 Tel: (786) 505=7850 Fax: (954) 337-2332 SCOPE OF SERVICES In order to meet the Client's need for this project, PDS will need to complete the following tasks: Task No. 1- Specific Purpose Topographic Survey This task includes to prepare a Specific Purpose Topographic Survey of the Roadway segments and private properties shown above within the red shape, and roughly include York Street for 225' long and NW 24 Avenue 25' north and south of York street. Our Client (EAC Consultants) or the Owner shall assist coordinating access to access the pump station area, and open wet well and valve vault to collect all data within. Survey will show all driveways/pavements/obstacles adjacent to the roadways and obtain elevation data at every 50' or less. Existing pump station will be surveyed including collecting data inside wet well structures, pipes and inlets in the area. Survey will also include Lot 25 Identified with Folio No 08-2122-011-0990 of approximately 8,000 SF, and will also include information on the last sanitary sewer manhole before the pump station, even if falls outside of survey area, information inside the manhole will be collected. The survey will meet all the current surveying requirements of the Board of Professional Surveyors and Mappers of the State of Florida as defined in the "Standards of Practice" in Chapter 5J-17 Florida Administrative Code. The survey will include as a minimum: 1. Includes above ground utilities and structures: pull boxes, curbs, poles, overhead lines (no height data), water meters, mailboxes, parking meters, decorative pavement, pavers, pavement markings including crosswalks, driveways and other significant above ground features, within the Survey Limits. 2. Collect elevation cross sections along the corridor at every 50' intervals. Elevations shots to include crown of road, edge of pavement, front of walk, back of walk, driveways and ramps and center of swale up to 10' beyond right-of-way into private properties where possible or as shown in the image above. 3. Lot Lines, easements, roadway centerline and right-of-way lines (per plat records), including bearings and dimensions and right-of-way width. 4. Obtain rim elevations of all drainage and sanitary sewer structures within the Survey Limits, including bottom elevation, invert size, invert elevation, & invert direction including pump station and last sanitary sewer manhole (if outside survey area, invert and rim information will still be collected). 5. Location of trees will be shown (height and spread will not be measured). 6. Lot 25 Identified with 08-2122-011-0990 of approximately 8,000 SF, will be surveyed as allowed by current vegetation in the area, showing all property lines, and elevations at the four corners and a long the center of the lot. At every 50'. 7. Point data will be provided for Digital Terrain Model (DTM). 8. Elevations will be referenced to the NAVD of 1988 Vertical Datum, with accuracy as 2/100' as provided by GPS Rover Data Collection equipment, and will include conversion factor to NGVD 1929. 9. Project Horizontal Datum will be referenced to NAD 83/2011. Deliverables of this task will be made electronically in PDF and AutoCAD file formats as applicable, and in hard copies with two sets of printed signed and sealed survey drawings. PREMIERE DESIGN SOLUTIONS, INC 1065 NE 125 Street, Suite 211-B, North Miami, FL 33161 Tel: (786) 505-7850 Fax: (954) 337-2332 OPTIONAL SERVICES Legal Description and Sketch: Preliminary investigations for the preparation of this proposal, seem to indicate that the proposed site for the lift stations improvements is within private property. PDS may prepare a legal description and sketch document, consisting of a three (3) page document to be provided to EAC or City for the inclusion in a legal document to dedicate an easement for this project. Document is in 8.5"x11" page format, with a cover page, a legal description page, and a sketch page. Each sketch and legal description can be provided at an additional fee of $650 and will be provided only if requested by the Client. Soft Digs and Designation: Due to the need to relocate the lift station to a new property, and the need to extend gravity sewer and force mains, we have set up this optional allowance that will allow us to perform up to 5 soft digs and associated designation level B to ensure efficacy of soft digs. This service will be offered on a "per soft dig" basis, with a minimum charge of 3 soft digs at $550 each, with all soft digs being ordered at the same time. Scope includes designation scanning and marking of soft dig location after client has identified the utility, prepare MOT, perform soft dig and restore area with cold mix asphalt or soil. A report will be prepared detailing the findings of the soft dig exploration. PROPOSED COST OF SERVICES PDS can complete task one described in the scope of services for a lump sum as follows: Task 1 $ 5,100.00 Opt. 1 $ 650.00 (Allowance for Legal Description & Sketch) Opt. 2 $ 2,750.00 (Allowance for 5 Soft Digs & Designation @ $550/Ea) Total $ 8,500.00 (Including Optional Allowances) Work for basic services of Task 1 will be billable upon completion. Task 1 Allowance will only be billed if legal description and sketch preparation are approved in writing by the Client. Soft digs will also be billed if ordered in writing by the client and will be billed on a per soft dig basis upon submittal of report. PROPOSED TIME SCHEDULE PDS can complete task one described above in the time frame specified below. Task 1 12 Calendar Days We value the opportunity to provide our professional services on this exciting project. If you decide to accept this proposal, please sign below and return an executed copy to our office. If you have any questions please call us at (954)-237-7850. Sincerely, PREMIERE DESIGN SOLUTIONS, Inc. L J. Jurado, P.E. President PREMIERE DESIGN SOLUTIONS, INC 1065 NE 125 Street, Suite 211-B, North Miami, FL 33161 Tel: (786) 505-7850 Fax: (954) 337-2332 Cost of these services are: $5,100.00 Lump Sum + $ 3,400 in Allowances CONTRACT AGREEMENT ACCEPTANCE Premiere Design Solutions, Inc. By: Name: L J. Jurado, P.E. Title: President EAC Consulting, Inc. Date: By: Date: Name: Title: 11-17-2020 PREMIERE DESIGN SOLUTIONS, INC 1065 NE 125 Street, Suite 211-B, North Miami, FL 33161 Tel: (786) 505-7850 Fax: (954) 337-2332 Exclusions 1. No permitting services are included. 2. No design services are included. 3. No tree survey or relocation plans are included. 4. Not a Boundary Survey. 5. FEMA Flood Information not included. 6. Services that are not mentioned as part of the exclusions and are not described in the scope of services are not included. 7. Legal description and sketch provided does not constitute a full legal document for easement recording. Owner would be required to prepare legal document, conduct negotiations with land owner, and record easement documents using our document as an attachment to legal document prepared by others. 8. Additional hard copies of the Final Record Drawings can be furnished as needed and billed separately. If requested by the Client, PDS can provide a proposal for the items not included in the scope of services. Contract Terms and Agreements 1. Client and/or Owner shall coordinate and assist Survey Crew to obtain access to private properties. 2. This contract agreement is for a lump sum contract. Additional work, if approved by owner, performed under the scope of services will be billed on a time -spent basis per our current schedule of fees at time of work execution. 3. Invoices are due net thirty days from invoice date. 4. Any invoices past due more than 30 days will accrue a 1.5% interest per month fee. 5. Client shall provide drawings or sketches detailing project area extents. intertek, ruNcel Revised August 27, 2020 EAC Consulting Inc. 5959 Blue Lagoon Drive, Suite 410 Miami, Florida 33126 Attn: Ms. Evelyn Rodriguez, P.E., ENV SP — Assistant Project Manager Re: Proposal for Geotechnical Engineering Services Opa-Locka Lift Station No. 4 Rehabilitation York Street and NW 24th Avenue Opa-Locka, Florida PSI Proposal No. 0397-317710 Professional Service Industries, Inc. 7950 N.W. 64th Street Miami, FL 33166 Office: (305) 593-1915 Dear Ms. Rodriguez: Professional Service Industries, Inc. (PSI), an Intertek company, is pleased to submit a proposal to conduct a geotechnical exploration and report for the Opa-Locka Lift Station No. 4 Rehabilitation project in Opa-Locka, Florida. PSI thanks you for the opportunity to propose these geotechnical services and looks forward to being part of the design team. A review of project information, along with a proposed scope of services, schedule and fee are provided below. Photos of the site vicinity and project area are shown below from Google Earth (2020): FIGURE -2: PROJECT AREA FIGURE -1: SITE VICINITY Opa-Locka Lift Station No. 4, Opa-Locka, FL Revised August 27, 2020 PSI Proposal No. 0397-317710 Page 2 of 11 PROJECT UNDERSTANDING Based on information provided by AEC Consulting, Inc., PSI's review of the provided Topographic Survey — Zone 6 dated March 18, 2015 and the revised project area location, a summary of our understanding of the proposed project is provided below in the following Project Description table. TABLE 1: PROJECT DESCRIPTION AND PROPOSAL BASIS Project Items Rehabilitation of Lift Station No. 4 Existing Grade Change within Project Site ± One -foot estimate (Google Earth Pro) Preliminary lift station loading information was not available at the time of our proposal; if the indicated information above change, PSI needs to be informed to make the required modifications and recalculate foundation analyses. The following table provides a generalized description of the existing site conditions based on available information. TABLE 2: SITE DESCRIPTION Site Location Latitude: 25°54'1.66"N; Longitude: 80°14'23.35"W Existing Site Ground Cover Grass and concrete. Site Access Site appears to be accessible to truck -mounted drilling equipment. Should the above information be inconsistent with planned construction, Ms. Evelyn Rodriguez should contact the PSI office and allow necessary modifications to be made to the proposal. SCOPE OF SERVICES The geotechnical engineering scope of services will include the following items. • Desktop review of generally available public information, i.e., NRCS, USGS databases. • Field exploration consisting of drilling and sampling of the subsurface materials and observation of current groundwater levels at the site. • Laboratory testing of the subsurface materials • Performing engineering analysis and providing geotechnical recommendations in written report format. Private Utility Locator — Ground Penetrating Radar (GPR): If needed, to further mitigate the risk of drilling through existing underground utilities, the proposed exploratory areas will be scanned with a special device that transmits electromagnetic pulses through the ground at shallow depths. Upon locating any underground utility lines, their approximate locations will be marked on the ground surface with temporary marking paint. It should be noted that the proposed location methods are typically only somewhat reliable for larger or shallower utilities. Smaller utility lines such as fiber optic cable or utility lines deeper than five to six feet from the ground surface may not be identified. Opa-Locka Lift Station No. 4, Opa-Locka, FL Revised August 27, 2020 PSI Proposal No. 0397-317710 Page 3 of 11 Field Exploration PSI_proposes that the subsurface conditions be explored by two standard penetration testing (SPT) soil borings as requested in the revised geotechnical scope of services email sent by AEC Consulting, Inc. on August 25, 2020. The table below summarizes the exploratory boring program. TABLE 3: SUMMARY OF BORINGS Design Element Number of Boring Depth Drilling Footage Borings (ft) (feet) Lift Station at lot 25 for wet well and valve vault 1 30 30 R/W for gravity sanitary sewer and force main 1 15 15 TOTAL: 2 FIGURE -3: PROPOSED BORING LOCATION PLAN 45 The borings locations will be identified in the field using available natural landmarks or GPS coordinates. Surveying of the boring locations to obtain surface coordinates and elevations is beyond the scope of work. References to depths of various subsurface strata will be based on depths below existing grade at the time of drilling. • During the field activities, the subsurface conditions will be observed, logged, and visually classified. Field notes will be maintained to summarize soil types and descriptions, water levels, changes in subsurface conditions, and drilling conditions. • Final depths of the borings may be extended (because of weak/soft soils) or reduced (because of refusal) depending on the subsurface materials identified during field activities. • PSI will contact Local Utility Clearance Entity, i.e., Sunshine 811 prior to the start of drilling activities. It is our experience that these companies do not mark the locations of privately -owned utilities. This proposal is based on private utility lines and other subsurface appurtenances are located in the field by others prior to field activities. Opa-Locka Lift Station No. 4, Opa-Locka, FL Revised August 27, 2020 PSI Proposal No. 0397-317710 Page 4 of 11 • PSI will exercise reasonable caution to avoid damages to underground utilities by contacting local utility companies prior to the field activities. However, private utility locations are often unknown by public utility companies and by the utility owners. Therefore, PSI will not be responsible for damage to the site or any buried utilities that are not made known to us. • Some damage to the ground surface may result from the drilling operations near the work areas and along ingress/egress pathways. The field crew will attempt to limit such damage, but no restoration other than backfilling and grouting the borings is included in this proposal. Excess auger cuttings and drilling spoils would be spread on the site. Drilling Equipment Drilling Method Field Testing Sampling Procedure Sampling Frequency TABLE 3: ANTICIPATED FIELD EXPLORATION DESCRIPTION Truck -mounted drilling equipment Mud rotary Frequency of Groundwater Level Measurements Boring Backfill Procedures Sample Preservation and Transportation Procedure Standard Penetration Testing (ASTM D1586) Soils: ASTM D1587/1586 Continuously to a depth of 10 Feet and at 5 -Foot intervals thereafter During drilling Soil cuttings and grouting General accordance with ASTM D4220 The field exploration program will be performed in general accordance with the designated ASTM procedures considering local and regional standard of care practices. Laboratory Testing Representative soil samples obtained during the field exploration program will be transported to the PSI laboratory for testing. The nature and extent of this laboratory testing program will be dependent upon the subsurface conditions identified during the field exploration program. The laboratory program will be performed in general accordance with the applicable ASTM procedures considering local and regional standard of care practices. The laboratory program may include the following tests. TABLE 4: LABORATORY TESTING GENERAL PROCEDURES Laboratory Test Applicable ASTM/FM Procedures Visual Classification ASTM D2488 Moisture Content ASTM D2216 Material Finer than No. 200 Sieve ASTM D1140 Portions of any samples that are not altered or consumed by laboratory testing will be retained for 30 days after the issuance of the geotechnical report and will then be discarded. Engineering Analyses and Report The results of the field exploration and laboratory testing will be used in the engineering analysis and in the formulation of the recommendations. The results of the subsurface exploration, including the recommendations and the data on which they are based, will be presented in a written geotechnical report. The geotechnical report may include the following items: 101 Opa-Locka Lift Station No. 4, Opa-Locka, FL Revised August 27, 2020 PSI Proposal No. 0397-317710 Page 5 of 11 • General soil profile description • General site development and subgrade preparation recommendations. • Recommendations for site excavation, fill compaction, and the use of on -site and imported fill material under the structures. • Recommendations from the geotechnical standpoint for site preparation and recommendations for the new wet well and valve vault and the allowable slopes that may be used for the installation of the proposed utilities for this project in general accordance with OSHA Regulations. • Recommendations for organic materials removal and/or mitigation will also be provided as part of the geotechnical report if the borings show a presence of such materials. A pdf version of the geotechnical report will be prepared and submitted by email to EAC Consulting, Inc. and design team. If requested by EAC Consulting, Inc., additional hard copies can be provided. The final geotechnical report will be reviewed, signed, and sealed by a registered Professional Engineer in the State of Florida. SCHEDULE Based on the site accessibility, drilling can commence within approximately one week after receipt of authorization to proceed, weather permitting. The final report will be provided within three weeks of written authorization. If desired, preliminary geotechnical design information can be provided to the design team once the laboratory testing and engineering analyses are complete. Delays sometime occur due to adverse weather, utility clearance requirements, site clearing requirements for drill rig access, obtaining drilling permits, obtaining Right of Entries and other factors outside of PSI's control. In this event, PSI will communicate the nature of the delay and provide a revised schedule as soon as possible. FEE PSI proposes that the fee for performance of the scope of services be charged on a lump sum basis. Based on the scope of services provided in this proposal, the lump sum total fee will be $3,735.00 as details in our cost breakdown below. If needed, private utility location services will be provided at an additional cost of $900.00. te Opa-Locka Lift Station No. 4, Opa-Locka, FL PSI Proposal No. 0397-317710 Revised August 27, 2020 Page 6 of 11 ITEM I. FIELD EXPLORATIONS UNIT # RATE TOTAL Drilling Rig Mobilization each 1 $ 350.00 $ 350.00 SPT Borings (0 to 50 ft) feet 45 $ 20.00 $ 900.00 Grouting feet 45 $ 6.00 $ 270.00 Total Field Explorations $ 1,520.00 IL LABORATORY Wash #200 each 3 $ 75.00 $ 225.00 Organic Content Tests each 3 $ 35.00 $ 105.00 Moisture Content Tests each 3 $ 10.00 $ 30.00 Total Laboratory Testing $ 360.00 A i„ , , i> i,• � , , i t �i , 1 Senior Engineer hour 2.0 $ 150.00 $ 300.00 Project Engineer hour 7.0 $ 125.00 $ 875.00 Senior Engineering Technician hour 6.0 $ 70.00 $ 420.00 CADD/Computer Technician hour 4.0 $ 65.00 $ 260.00 Total Engineering Services $ 1,855.00 Depending on the size of the project and project schedule, partial billing may be performed monthly based on Project Item progress to date prior to the completion of the final report. The estimated fee is based on the boring locations being accessible to truck mounted drilling equipment and the client obtaining and providing permission for PSI to enter and access the site. It should be noted that fees associated with locating private underground utilities, reviewing construction drawings, executing traffic control services, preparing construction specifications, attending special conferences, providing environmental consulting, and any other work requested after submittal of the report is not included in the proposed fee. AUTHORIZATION PSI will proceed with the work based on written authorization. The work will be performed pursuant to the attached General Conditions, enclosed and incorporated into this proposal. Please sign and return one copy of this proposal. When returning the proposal, please complete the attached Project Data Sheet, and provide a scaled site plan so that PSI may best serve the project. By executing this authorization, permission is being provided for PSI to access the project site. tei Opa-Locka Lift Station No. 4, Opa-Locka, FL Revised August 27, 2020 PSI Proposal No. 0397-317710 Page 7 of 11 CLOSING We at PSI appreciate t e opportunity to o er professional services for this project and look forward to being part of the design team. If there are any questions, please feel free to contact us at your convenience. Respectfully submitted, PROFESSIONAL SERVICE INDUSTRIES, INC Lucrece E.12egisme Staff Engineer — Geotechnical Services Iucrece.regisme@intertek.com Attachments: Proposal Authorization and Payment Instructions Project Data Sheet General Conditions LER/JNG/ler Jose N. Gomez, PE, D.GE Chief Engineer — Geotechnical Services jose.n.gomez@intertek.com Opa-Locka Lift Station No. 4, Opa-Locka, FL PSI Proposal No. 0397-317710 Proposal Authorization & Payment Instructions Revised August 27, 2020 Page 8 of 11 Authorization To execute this proposal, please sign and complete the authorization information below, along with applicable payment instructions, and return one copy of the authorized proposal to the PSI office. Authorized By (please print) Signature Title Firm Address City State Zip Code Telephone Email Address Date Purchase Order No. / Project Tracking No. (if applicable) Payment Instructions If invoice payment is to be made by a party other than the authorizing party above, please provide the following information for whom the invoices are to be billed: Firm Attention Address Title City State Zip Code Telephone Authorizing Party's Relationship to Invoice Payment Party If invoices are to be approved other than by the payment party above, please provide the following information for whom the invoices are to be mailed for approval: Firm Attention Address Title City State Zip Code Telephone Authorizing Party's Relationship to Invoice Approval Party 8 Opa-Locka Lift Station No. 4, Opa-Locka, FL PSI Proposal No. 0397-317710 Project Data Sheet Revised August 27, 2020 Page 9 of 11 Please complete the following Project Data Sheet so that PSI may best serve your project. Project Name Architect Structural Engineer Civil Engineer Construction Type Project Manager Phone Number Project Manager Phone Number Project Manager Phone Number Plan Area Number of Floors Interior Column Spacing Exterior Column Spacing Exterior Column Load Interior Column Load Live Dead Live Dead Floor Slab Load Slab -on -Grade Basement/Depth Will Elevation of site be raised by filling How much? Septic Tank Storm Water Drainage Pavement Type Traffic Load Traffic Type Other pertinent Information/Subsurface Information GENERAL CONDITIONS 1. PARTIES AND SCOPE OF WORK: Professional Service Industries Inc. ("PSI") shall include said company or its particular division, subsidiary or affiliate performing the work. "Work' means the specific service to be performed by PSI as set forth in PSI's proposal, Client's acceptance thereof and these General Conditions. Additional work ordered by Client shall also be subject to these General Conditions. "Client" refers to the person or business entity ordering the work to be done by PSI. If Client is ordering the work on behalf of another, Client represents and warrants that it is the duly authorized agent of said party for the purpose of ordering and directing said work. Unless otherwise stated in writing, Client assumes sole responsibility for determining whether the quantity and the nature of the work ordered by the client is adequate and sufficient for Client's intended purpose. Client shall communicate these General Conditions to each and every third party to whom Client transmits any part of PSI's work. PSI shall have no duty or obligation to any third party greater than that set forth in PSI's proposal, Client's acceptance thereof and these General Conditions. The ordering of work from PSI, or the reliance on any of PSI's work, shall constitute acceptance of the terms of PSI's proposal and these General Conditions, regardless of the terms of any subsequently issued document. 2. TESTS AND INSPECTIONS: Client shall cause all tests and inspections of the site, materials and work performed by PSI or others to be timely and properly performed in accordance with the plans, specifications and contract documents and PSI's recommendations. No claims for loss, damage or injury shall be brought against PSI by Client or any third party unless all tests and inspections have been so performed and unless PSI's recommendations have been followed. Client agrees to indemnify, defend and hold PSI, its officers, employees and agents harmless from any and all claims, suits, losses, costs and expenses, including, but not limited to, court costs and reasonable attorney's fees in the event that all such tests and inspections are not so performed or PSI's recommendations are not so followed. 3. PREVAILING WAGES: This proposal specifically excludes compliance with any project labor agreement, labor agreement, or other union or apprenticeship requirements. In addition, unless explicitly agreed to in the body of this proposal, this proposal specifically excludes compliance with any state or federal prevailing wage law or associated requirements, including the Davis Bacon Act. It is agreed that no applicable prevailing wage classification or wage rate has been provided to PSI, and that all wages and cost estimates contained herein are based solely upon standard, non -prevailing wage rates. Should it later be determined by the Owner or any applicable agency that in fact prevailing wage applies, then it is agreed that the contract value of this agreement shall be equitably adjusted to account for such changed circumstance. Client will reimburse, defend, indemnify and hold harmless PSI from and against any liability resulting from a subsequent determination that prevailing wage regulations cover the Project, including all costs, fines and attorney's fees. 4. SCHEDULING OF WORK: The services set forth in PSI's proposal and Client's acceptance will be accomplished by PSI personnel at the prices quoted. If PSI is required to delay commencement of the work or if, upon embarking upon its work, PSI is required to stop or interrupt the progress of its work as a result of changes in the scope of the work requested by Client, to fulfill the requirements of third parties, interruptions in the progress of construction, or other causes beyond the direct reasonable control of PSI, additional charges will be applicable and payable by Client. 5. ACCESS TO SITE: Client will arrange and provide such access to the site and work as is necessary for PSI to perform the work. PSI shall take reasonable measures and precautions to minimize damage to the site and any improvements located thereon as the result of its work or the use of its equipment. 6. CLIENT'S DUTY TO NOTIFY ENGINEER: Client warrants that it has advised PSI of any known or suspected hazardous materials, utility lines and pollutants at any site at which PSI is to do work, and unless PSI has assumed in writing the responsibility of locating subsurface objects, structures, lines or conduits, Client agrees to defend, indemnify and save PSI harmless from all claims, suits, losses, costs and expenses, including reasonable attorney's fees as a result of personal injury, death or property damage occurring with respect to PSI's performance of its work and resulting to or caused by contact with subsurface or latent objects, structures, lines or conduits where the actual or potential presence and location thereof were not revealed to P51 by Client. 7. RESPONSIBILITY: PSI's work shall not include determining, supervising or implementing the means, methods, techniques, sequences or procedures of construction. PSI shall not be responsible for evaluating, reporting or affecting job conditions concerning health, safety or welfare. PSI's work or failure to perform same shall not in any way excuse any contractor, subcontractor or supplier from performance of its work in accordance with the contract documents. Client agrees that it shall require subrogation to be waived against P51 and for PSI to be added as an Additional Insured on all policies of insurance, including any policies required of Client's contractors or subcontractors, covering any construction or development activities to be performed on the project site. P51 has no right or duty to stop the contractor's work. 8. SAMPLE DISPOSAL: Test specimens will be disposed immediately upon completion of the test. All drilling samples will be disposed sixty (60) days after submission of PSI's report. 9. PAYMENT: The quantities and fees provided in this proposal are PSI's estimate based on information provided by Client and PSI's experience on similar projects. The actual total amount due to PSI shall be based on the actual final quantities provided by PSI at the unit rates provided herein. Where Client directs or requests additional work beyond the contract price it will be deemed a change order and PSI will be paid according to the fee schedule. Client shall be invoiced once each month for work performed during the preceding period. Client agrees to pay each invoice within thirty (30) days of its receipt. Client further agrees to pay interest on all amounts invoiced and not paid or objected to for valid cause in writing within said thirty (30) day period at the rate of eighteen (18) percent per annum (or the maximum interest rate permitted under applicable law), until paid. Client agrees to pay PSI's cost of collection of all amounts due and unpaid after thirty (30) days, including court costs and reasonable attorney's fees. PSI shall not be bound by any provision or agreement requiring or providing for arbitration of disputes or controversies arising out of this agreement, any provision wherein PSI waives any rights to a mechanics' lien, or any provision conditioning PSI's right to receive payment for its work upon payment to Client by any third party. These General Conditions are notice, where required, that PSI shall file a lien whenever necessary to collect past due amounts. Failure to make payment within 30 days of invoice shall constitute a release of PSI from any and all claims which Client may have, whether in tort, contract or otherwise, and whether known or unknown at the time. B-900-11 (14) Page 10 of 11 9/17 GENERAL CONDITIONS 10. ALLOCATION OF RISK: CLIENT AGREES THAT PSI'S SERVICES WILL NOT SUBJECT PSI'S INDIVIDUAL EMPLOYEES, OFFICERS OR DIRECTORS TO ANY PERSONAL LIABILITY, AND THAT NOTWITHSTANDING ANY OTHER PROVISION OF THIS AGREEMENT, CLIENT AGREES THAT ITS SOLE AND EXCLUSIVE REMEDY SHALL BE TO DIRECT OR ASSERT ANY CLAIM, DEMAND, OR SUIT ONLY AGAINST PSI. SHOULD PSI OR ANY OF ITS EMPLOYEES BE FOUND TO HAVE BEEN NEGLIGENT IN THE PERFORMANCE OF ITS WORK, OR TO HAVE MADE AND BREACHED ANY EXPRESS OR IMPLIED WARRANTY, REPRESENTATION OR CONTRACT, CLIENT, ALL PARTIES CLAIMING THROUGH CLIENT AND ALL PARTIES CLAIMING TO HAVE IN ANY WAY RELIED UPON PSI'S WORK AGREE THAT THE MAXIMUM AGGREGATE AMOUNT OF THE LIABILITY OF PSI, ITS OFFICERS, EMPLOYEES AND AGENTS SHALL BE LIMITED TO $25,000.00 OR THE TOTAL AMOUNT OF THE FEE PAID TO PSI FOR ITS WORK PERFORMED ON THE PROJECT, WHICHEVER AMOUNT IS GREATER. IN THE EVENT CLIENT IS UNWILLING OR UNABLE TO LIMIT PSI'S LIABILITY IN ACCORDANCE WITH THE PROVISIONS SET FORTH IN THIS PARAGRAPH, CLIENT MAY, UPON WRITTEN REQUEST OF CLIENT RECEIVED WITHIN FIVE DAYS OF CLIENT'S ACCEPTANCE HEREOF, INCREASE THE LIMIT OF PSI'S LIABILITY TO $250,000.00 OR THE AMOUNT OF PSI'S FEE PAID TO PSI FOR ITS WORK ON THE PROJECT, WHICHEVER IS THE GREATER, BY AGREEING TO PAY PSI A SUM EQUIVALENT TO AN ADDITIONAL AMOUNT OF 5% OF THE TOTAL FEE TO BE CHARGED FOR PSI'S SERVICES. THIS CHARGE IS NOT TO BE CONSTRUED AS BEING A CHARGE FOR INSURANCE OF ANY TYPE, BUT IS INCREASED CONSIDERATION FOR THE GREATER LIABILITY INVOLVED. IN ANY EVENT, ATTORNEY'S FEES EXPENDED BY PSI IN CONNECTION WITH ANY CLAIM SHALL REDUCE THE AMOUNT AVAILABLE, AND ONLY ONE SUCH AMOUNT WILL APPLY TO ANY PROJECT. NEITHER PARTY SHALL BE UABLE TO THE OTHER IN CONTRACT, TORT (INCLUDING NEGLIGENCE AND BREACH OF STATUTORY DUTY) OR OTHERWISE FOR LOSS OF PROFIT (WHETHER DIRECT OR INDIRECT) OR FOR ANY INDIRECT, CONSEQUENTIAL, PUNITIVE, OR SPECIAL LOSS OR DAMAGE, INCLUDING WITHOUT LIMITATION LOSS OF PROFITS, REVENUE, BUSINESS, OR ANTICIPATED SAVINGS (EVEN WHEN ADVISED OF THEIR POSSIBILITY). NO ACTION OR CLAIM, WHETHER IN TORT, CONTRACT, OR OTHERWISE, MAY BE BROUGHT AGAINST PSI, ARISING FROM OR RELATED TO PSI'S WORK, MORE THAN TWO YEARS AFTER THE CESSATION OF PSI'S WORK HEREUNDER, REGARDLESS OF THE DATE OF DISCOVERY OF SUCH CLAIM. 11. INDEMNITY: Subject to the above limitations, PSI agrees not to defend but to indemnify and hold Client harmless from and against any and all claims, suits, costs and expenses including reasonable attorney's fees and court costs to the extent arising out of PSI's negligence as finally determined by a court of law. Client shall provide the same protection to the extent of its negligence. In the event that Client or Client's principal shall bring any suit, cause of action, claim or counterclaim against PSI, the Client and the party initiating such action shall pay to PSI the costs and expenses incurred by PSI to investigate, answer and defend it, including reasonable attorney's and witness fees and court costs to the extent that PSI shall prevail in such suit. 12. TERMINATION: This Agreement may be terminated by either party upon seven days' prior written notice. In the event of termination, PSI shall be compensated by Client for all services performed up to and including the termination date, including reimbursable expenses. 13. EMPLOYEES/WITNESS FEES: PSI's employees shall not be retained as expert witnesses except by separate, written agreement. Client agrees to pay PSI's legal expenses, administrative costs and fees pursuant to PSI's then current fee schedule for PSI to respond to any subpoena. For a period of one year after the completion of any work performed under this agreement, Client agrees not to solicit, recruit, or hire any P51 employee or person who has been employed by P51 within the previous twelve months. In the event Client desires to hire such an individual, Client agrees that it shall seek the written consent of P51, and shall pay PSI an amount equal to one-half of the employee's annualized salary, without PSI waiving other remedies it may have. 14. FIDUCIARY: PSI is not a financial advisor, does not provide financial advice or analysis of any kind, and nothing in our reports can create a fiduciary relationship between PSI and any other party. 15. RECORDING: Photographs or video recordings of the Client's own project may be taken by and used for the Client's own internal purposes. Photographs or video recordings may not be used for marketing or publicity, or distributed to a third party or otherwise published without PSI's prior review and consent in writing. Taking photographs of other Clients' samples, test setups, or facilities, or recording in any manner any test specimen other than the test specimen related to the Client's project is prohibited; and the Client agrees to hold in strict confidence and not use any proprietary information disclosed either advertently or inadvertently. The Client shall defend, hold harmless, and indemnify P51 for any breach of this clause. 16. CHOICE OF LAW AND EXCLUSIVE VENUE: All claims or disputes arising or relating to this agreement shall be governed by, construed, and enforced in accordance with the laws of Illinois. The exclusive venue for all actions or proceedings arising in connection with this agreement shall be either the Circuit Court in Cook County, Illinois, or the Federal Court for the Northern District of Illinois. 17. PROVISIONS SEVERABLE: The parties have entered into this agreement in good faith, and it is the specific intent of the parties that the terms of these General Conditions be enforced as written. In the event any of the provisions of these General Conditions should be found to be unenforceable, it shall be stricken and the remaining provisions shall be enforceable. 18. ENTIRE AGREEMENT: This agreement constitutes the entire understanding of the parties, and there are no representations, warranties or undertakings made other than as set forth herein. This agreement may be amended, modified or terminated only in writing, signed by each of the parties hereto. B-900-11 (14) Page 11 of 11 9/17 H E E HILLERS ELECTRICAL ENGINEERING', INC. July 31, 2020 Ms. Evelyn Rodriguez, P.E. EAC Consulting, Inc. 5959 Blue Lagoon Drive, Suite 300 Miami, Florida 33126 Subject: Electrical Engineering Services Fee Proposal for the City of Opa-Locka (City) Replacement and Relocation of Lift Station No. 4 to York Street Lot 25 Dear Evelyn: Hillers Electrical Engineering, Inc. (HEE) is pleased to provide EAC Consulting, Inc. (EAC) an electrical engineering services fee proposal for the City's LS No. 4. Design proposal is based on utilizing current City WWTP Lift Station Standards. The following items are included in our scope: • Includes design coordination meetings visits with City, FPL Co. and EAC. • EAC shall provide all Record Drawings to HEE. • Design FPL electrical service point for LS No. 4. • Design power /control panel, power & control systems, SCADA/RTU connections, conduit & conductors, grounding systems and site lighting pole per City Standards. • Design Stand-by power portable generator system connection for LS No. 4. • City shall provide specific SCADA / RTU equipment / systems design information for LS No. 4. HEE shall incorporate City provided equipment / systems information into Contract Documents specific to LS No. 4. • Does not include any type design for new main City Wide SCADA / RTU Systems. • EAC shall provide base drawings to HEE on AutoCAD 2018. • HEE shall provide (1) set of plans & specifications & probable cost estimates for 60%, 100% reviews, permits and bid phases. • EAC shall provide all printing of Contract Documents to the City and Contractors. • Includes Bid & Award Services. • Construction services Construction services include shop drawing reviews & approvals, RFI — Responses, 2 site visits during construction and 1- Start-up / Testing site visit. Our lump -sum fee for Lift Station No. 4 Design, Bid & Award is: Our lump -sum fee for LS Construction Services is: Sincerely, Thomas Doran, Vice —President $ 10,200. $ 3,800. 23257 State Road 7, Suite 100, Boca Raton, Florida 33428 561-451-9165 Fax: 561-451-4886 AWC WINNINGTOGETHER http://www.awc-inc.com 11653 Central Parkway, Suite 210 Jacksonville, FL 32224 Yo ur AWC Contact: John Kimber Jr Email: john.kimber@awc-inc.com Phone: 321-207-0120 x2750 Fax: (321) 207-0739 Co nfidential: To be used by recipient's organiz atio n only Attn: Huntley Higgins Email: hhiggins Peacconsult.com EAC CONSULTING INC 5959 BLUE LAGOON DR SUITE 410 MIAMI, FL 33126 Ph one: (305) 265-5400 R eference: AWC Quote #: Quote Versi on: Quote Date: Quote Expires: AWC Account #: MISSION INSTALL 2050422 001 10/15/2020 11/15/2020 7E5959 Check Current Availability Request Exp editing or S ubmit Feedback I City of Opa Locka LS#4 LI # Qty Part Number / Descriptio n Your Price (Unit) Your Price (Ext) 001 1 MI ENGINEERING SERVICES M ISSION 2 WEEKS MONITORING Please quote 2 weeks monitoring. Install, co nfigure and se tup Mission RTU w/flow, level and pressure instruments . 52.675.0000 $2,675.00 • pump runs, pressures and flo w rates • volumetric calculatio ns using the ultrasonic level device and using clamp on flow meter simultaneously f or comparis on • runtime vs. rainfall reports *** SubTotal: *** $2,675 .00 Need Can Ship Balance Ship Date Today Date 0 10/16/2020 Quotati on AWC Quotation # 2050422 u ii Qty ' .1�art Nutnbai� / 1pUon _.� U ( vaurP,1si . .. Note s: October 15, 2020 Page 2 of 2 14„ :: .' a' ..04# Ship, .Thdsy $aladce$hIP Clot. 1. ) All sto ck subject to prior sale . Orders submitted by 2:OOpm (CST) generally ship the same business day . For urgent next day needs please contact us to ensure a timely shipment of your order. 2. ) Balance Can Ship Dates are b ased upon receiving an order within one business day from the day of the quote . F or updat ed Bal ance Ship Dat es click on the link at the top of the quotation . 3. ) Unle ss otherwise a greed to in writing by both parties all s ales res ulting from this quot e are subject to AWC's "Standard Terms and Conditions of Sale ". fhttp://www.awc-inc.co m/AWCTermsAndConditions .pdt) 4. ) Standard shipment methods are UPS Grou nd or South easter n Freight LTL . 5. ) Standa rd freight paymen ts are Prepay and Add. 6. ) Standard payment terms are Net 30 days from date of invoice, subject to pri or credit approval . 7. ) The quo ted sales price does not include taxes, freight, import/exp ort duties or credit card processing fees . 8. ) Credit card payments are accepta ble if made at time of order placement, subject to a m aximum of $10,000 . A credit card processing charge of up to 3% of the order amou nt ma y be added to the order to tal. Quotati on August 26, 2020 GARDNER t SOMIER LANDSCAPE ARCHITECTURE WWW. GSLADESIGN. COM I G N 17670 NW 78th AVE . SUITE 214 .A 1 * M 1 FL 1 3-0-1-3- e 305.392.1016 P 305.392.1019 CORP 10 9 0 0 0 0 2 6 6 Evelyn Rodriguez EAC Consulting, Inc. 5959 Blue Lagoon Drive, #410 Miami, FL 33126 RE: Opa Locka - LS 4 Dear Evelyn, We appreciate being invited to participate in the design of your project located at lot #25 on the south side of York Street just west of NW 24th Avenue in Opa Locka, FL. I. SCOPE OF SERVICES GSLA Design shall provide the following landscape architectural services for your project: 1) GSLA will prepare the following Contract Documents: a. Existing Tree Disposition Plan showing existing trees and denoting if they are to remain, be removed or relocated. GSLA does not provide Arborist's services but will coordinate the Existing Tree Disposition Plans with the Arborist's report. GSLA will calculate the necessary mitigation and incorporate as much of that mitigation in the proposed planting plan. GSLA does not get permits but will provide the necessary plans and details to get the permits. b. Planting Plan to obscure views of the proposed lift station sufficient in detail for bidding and installation by qualified contractors. 2) GSLA will attend up to two (2) meetings during the design phase. Attendance at additional meetings will be billed hourly, recorded portal to portal. 3) GSLA will prepare plans on a base Site Plan provided by EAC Consulting, Inc. Any changes to GSLA plans required by changes to the Site Plan shall be billed hourly. Any changes to GSLA plans required as a result of comments concerning our design by Review Boards or government staff shall be made at no additional cost. 4) Contract Administration will include attendance at up to two (2) site visits during construction, preparing responses to RFI's, shop drawing approvals, review of pay requests and attendance at necessary periodic visits and/or coordination meetings with the Architect/Engineer, Contractor or Owner. GSLA shall not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work and shall not be responsible for construction means, methods, techniques, sequences or procedures, or safety precautions and programs in connection with the work, and shall not be responsible for any Contractor's failure to carry out the work in accordance with the Contract Documents. Attendance at additional site visits shall be billed on an hourly basis, recorded portal to portal. II. CLIENT'S RESPONSIBILITIES The Client shall provide any required site surveys, as -built drawings, soil tests, as well as architectural and engineering services as required. Opa Locka - LS 4 page 1 of 3 GARDNER -+ SEMIER LANDSCAPE ARCHITECTURE WwW GSLADESIGN. COM S I G N 1;670 NW 70+5 AVE.. 5UITE 21.1 MIAMI, FL 3 3 0 1 5 P 305.392.1016 F 305.392.1019 CORP 10 # 0 0 0 0 2 6 6 GSLA will prepare any documents necessary to receive permits pertaining to GSLA's scope of work. GSLA will not be responsible to submit the plans through the governing agencies. III. FEES 1) The fee shall be $ 5,000 payable as follows: $ 1,800 - $ 1,800 - $ 500 - $ 300 - upon submission of Preliminary Design Phase drawings (60% CD's) upon submission of Final Design Phase drawings (100% CD's) for assistance with permitting and regulatory approvals for assistance with bidding and award $ 600 - for limited Construction Administration and Inspections 2) Hourly rates are as follows (time recorded portal to portal): $200/hr for Principal Landscape Architect $150/hr for Project Manager $ 85/hr for Landscape Designer $ 50/hr for Staff 3) Reimbursable expenses shall be billed at actual cost for plan -reproduction, courier fees, postage and handling and any out-of-town traveling expenses connected with the project. Prints created in-house by GSLA for submittal will be charged at $ .10 each for 1 1 x17 sheets, $2.00 each for D size sheets (24"x36") and $ 2.50 each for E size sheets (30"x42"). In-house coordination prints shall not be submitted for reimbursement. 4) ALL ACCOUNTS ARE DUE AND PAYABLE IN FULL UPON SUBMISSION OF INVOICE TO CLIENT. 5) A Late Payment Charge of 1.5% per month will be added to all invoices past due. 6) If it becomes necessary incur collection fees and/or employ the services of an attorney to collect debt, then such fees shall be paid by the client. IV. ADDITIONAL SERVICES 1) Any revisions to our drawings, specifications or other documents required as a result of changes to base plans or other information or instructions provided to GSLA from the Client or his Architect or Engineer, shall be billed on an hourly basis at our current hourly rates. Any additional services requested by the Client shall also be billed on an hourly basis. 2) When GSLA is contracted to prepare plans for the layout and design of roof top hardscape amenities, plantings and irrigation, the Client shall provide the services of a structural engineer. GSLA shall rely upon the advice of the engineer for information as to the roof structure's weight bearing capacity, roof drainage, waterproofing systems, etc. GSLA shall not be responsible for the preparation of structural, mechanical or electrical construction plans for the roof top areas. GSLA is not responsible for any construction operations during installation of elements designed by GSLA that damage the structure, waterproofing or clog drains. Opa Locka - LS 4 page 2 of 3 GARDNER SEMLER LANDSCAPE ARCHITECTURE WWW.GSIADESIGN. COM S I G N 17670 NW 78th AVE . SUITE 214 -M-I-R-Mrt- Fr -3-3-0-1-5 P 305.392. 1016 P 305.392. 1019 CORP 1 0 6 0 0 0 0 2 6 6 3) When GSLA is contracted to prepare plans for projects that are attempting to achieve LEED credentialing, GSLA will make calculations, specify qualifying materials and make recommendations necessary to apply for any points relating to GSLA's disciplines. GSLA makes no guarantee that these points will be granted. V. TERMINATION This agreement may be terminated by either party upon seven (7) days written notice. In the event of termination, GSLA shall be paid its compensation for service performed to the termination date including reimbursable expenses then due. The client may not, at any time, use or allow the use of any work which is either incomplete in any respect, or is not fully paid for, even if complete. The persons executing this agreement warrant and represent that they are authorized to enter into this Agreement on behalf of the person or entity for whom they are signing. We look forward to being of service to you. This agreement is executed this day of 2020. GSLA DESIGN By: ardner For the Firm Signature Client: (Individually and as a Corporate Representative): Name & Title Printed Opa Locka - LS 4 page 3 of 3